Federal Bid

Last Updated on 11 Oct 2016 at 8 AM
Combined Synopsis/Solicitation
San diego California

BX 53 Microscope

Solicitation ID N00259-16-T-0233
Posted Date 19 Sep 2016 at 10 PM
Archive Date 11 Oct 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location San diego California United states
The proposed contract action is for commercial item, which the Naval Medical Center San Diego intends to solicit this requirement as 100% small business set-aside. This is a combined solicitation/synopsis for commercial items, prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-16-T-0233 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 334516.

IAW 52.211-6 Brand Name or Equal (AUG 1999), NMCSD requires the following items, Brand name or Equal to the manufacturer identified and have the pertinent and salient characteristics described below. Vendors quotes shall include documentation and literature specifying performance parameters of the product being offered to include; manufacturer name, part number, specifications. Further, Offerors proposing to furnish an "equal product, in accordance with the "Brand Name or Equal provision of the request for quotation, shall insert the following description for the product being proposed.

All interested bidders shall submit quotations electronically by email to [email protected] or by facsimile at 619-532-8084, attention Jeff Collins. E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 26 September 2016 at 07:00 AM Pacific Standard Time to be considered responsive.

CLIN 0001: BX53F; MICROSCOPE FRAME,W/12V100W HAL TRANS LIGHT Quantity: 1; EA ______
CLIN 0002: BX3-URA;FL ILLUMINTR BX3 8-POS TURRET; Quantity: 1; EA ______
CLIN 0003: 54251; EVA 64623 HLX, 12V 100W, Tungsten Halogen, Low Volt; Quantity: 2; EA ______
CLIN 0004: UYCP-11;US STYLE 3-PRONG POWER CORD; Quantity: 1; EA ______
CLIN 0005: U-LH100-3-7;12V/100W HALOGEN L AMPHOUSE,WEEE/ROHS COMPLIANT; Quantity: 1; EA ______
CLIN 0006: U-D6RE;6 POSITION NOSEPIECE,REVERSE,ANALYZER SLOT,RMS THREAD; Quantity: 1; EA ______
CLIN 0007: WHN10X-1-7;10X EYEPIECE FOR BX,IX HI EYEPNT,RETSHELF,FN:22; Quantity: 1; EA ______
CLIN 0008: WHN10X-H-1-7;10X EYEPIECE,FOC.BX,IX HI EPNT,RET SHELF,FN:22; Quantity: 1; EA ______
CLIN 0009: U-TTR-2;TILTING TRINOC HEAD 50:50,100:0,0:100% POSITIONS; Quantity: 1; EA ______
CLIN 0010: U-SVRB-4;RIGHT HAND MECHANICAL STAGE, RACKLESS, LONG STALK; Quantity: 10; EA ______
CLIN 0011: U-HLDT-4; LEFT RELEASE SLIDE HOLDER, DOUBLE SLIDE, THICK; Quantity: 1; EA ______
CLIN 0012: MT-010;LOGO CLOTH DUSTCOVER 11X25X26", ANTI-STATIC BX, IX; Quantity: 1; EA ______
CLIN 0013: U-SC3-7; SWING CONDENSER, NA 0.9/0.17, 1.25X-100X COVERAGE; Quantity: 1; EA tiny_mce_marker______
CLIN 0014: PLN2X;PLAN ACHROMAT 2X OBJECTIVE,NA0.06 WD5MM; Quantity: 1; EA ______
CLIN 0015: UPLFLN4X;U PLAN FLUORITE 4X OBJECTIVE,NA 0.13, WD 17MM; Quantity: 1; EA ______
CLIN 0016: UPLFLN10X2;U PLAN FLUORITE 10X OBJECTIVE;NA 0.3, WD 10MM; Quantity: 1; EA ______
CLIN 0017: UPLFLN20X;U PLAN FLUORITE 20X OBJECTIVE,NA0.5,WD 1.6MM; Quantity: 1; EA ______
CLIN 0018: UPLFLN40X;U PLAN FLUORITE 40X OBJECTIVE,NA 0.75,WD 0.51MM; Quantity: 1; EA ______
CLIN 0019: WHN10X-H-1-7;10X EYEPIECE,FOC.BX,IX HI EPNT,RET SHELF,FN:22; Quantity: 1; EA ______
CLIN 0020: KR-207;RETICLE 10MM IN 100 DIV 24MM DIAMM DIA; Quantity: 1; EA ______
CLIN 0021: U-ANT;ANALYZER FOR TRANSMITTED LIGHT, FITS IN NOSEPI SLIDER; Quantity: 1; EA ______
CLIN 0022: U-POT;POLARIZER FOR TRANSMITTED LIGHT, 45MM, FITS IN LT WELL; Quantity: 1; EA ______
CLIN 0023: U-TV0.63XC-1-7; CCD CAMERA ADAPTER,0.63X LENS,C-MOUNT THREAD; Quantity: 1; EA ______
CLIN 0024: DP73-1-51; 17MP COLOR CAMERA,PIXEL SHIFTING COOLED; Quantity: 1; EA ______
CLIN 0025: CS-ST-V1; CELLSENS STANDARD; Quantity: 1; EA ______
CLIN 0026: FITC-3540C-OFF; EX482/35,EM536/40,DM506 INC CUBE; Quantity: 1; EA ______
CLIN 0027: 244-87-490-50E-40; 490nm PE-100 w/Adapt and Trig; Quantity: 1; EA ______

Salient Characteristics must include:
Minimum System Requirements for OLYMPUS Camera Models DP, SC, UC, XM, XC
Operating System: Windows 8.1 Professional (32 and 64 bit), Windows 7 Professional SP1 (32 and 64 bit), Windows Server 2012, Windows Server 2008 R2 CPU: Intel Xeon, Core i5, Core i7(Recommended) 3.0GHz or faster.
NOTE: AMD processors are not supported
RAM: 4GB(Min) / 8GB(Recommended)
Removable Media: Dual Layer DVD-ROM
Available Hard Disk Space: 20GB / 1TB(Recommended for storage)
Video Card: 512MB "Stand Alone" Video Card / 2GB(Recommended) NOTE: Camera will not function on PC's utilizing "shared" video memory.
Available PCI Slots: One PCI slot (For included IEEE 1394 FireWire card where applicable, a PCIe option is available.) One PCIe slot (For included USB 3.0 camera controller card where applicable.) RS232 Port or USB-to-RS232 Converter: Required when interfacing with certain Olympus motorized microscope or nosepiece encoder.
Windows Log In Credentials: Administrative privileges are required at time of installation.
Internet Access: Internet access is required for product licensing and to perform critical system updates prior to installation.
Microsoft Office: Microsoft Office 2013 (SP1), 2010 (SP2) or 2007(SP3) is required for the Report
Composer feature in Stream (Basic, Essentials, Motion and Enterprise) NOTE: Must be installed prior to Stream
Monitor: A minimum of 1920 x 1080 resolution 21" monitor is recommended NOTES: Optiplex or Vostro series computers are not supported. HP Compaq Elite Series or any "small form factor" PC are not supported. Laptop/Notebook computers are not supported.

Contractor must be registered to the System for Award Management (SAM) prior to award. The website address for SAM registration is www.sam.gov
The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-89 and DFARS Change Notice 20160630. This acquisition incorporates the following FAR clauses:

Contractor must be registered to the System for Award Management (SAM) prior to award. The website address for SAM registration is www.sam.gov

Contractor MUST complete FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, when submitting a proposal. The website address is http://www.acquisition.gov.
DELIVERY ADDRESS: Naval Medical Center San Diego, 34800 Bob Wilson Drive, San Diego, CA 92134-5000

52.204-7 System for Award Management (JUL 2013)
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL2013)
52.204-13 System for Award Management Maintenance (JUL 2013)
52.212-1 Instruction to Offerors-Commercial Item (OCT 2015)
52.212-2 Evaluation-Commercial Items (OCT 2014).The following factors shall be used to evaluate offers in
descending order: 1) Technical Capability; 2) Price
52.212-3 Offeror Representations and Certification--Commercial Items (APR 2016)
52.212-4 Contract Terms and Conditions--Commercial Items (MAY 2015)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial
Items (JUN 2016)
52.219-6 Notice of Total Small Business Set-Aside (NOV 2011)
52.219-28 Post Award Small Business Program Representative (JUL 2013)
52.222-19 Child Labor -- Cooperation with Authorities and Remedies (FEB 2016)
52.222-26 Equal Opportunity (APR 2015)
52.222.36 Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-50 Combating Trafficking in Persons (MAR 2015)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011)
52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013)
52.252-2 Clauses Incorporated By Reference (FEB 1998)
252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011)
252.204-7012 Safeguarding of Unclassified Controlled Technical Information (DEC 2015)
252.211-7003 Item Unique Identification and Valuation (MAR 2016)
252.225-7001 Buy American And Balance of Payments Program (NOV 2014)
252.225-7002 Qualifying Country Sources As Subcontractors (DEC 2012)
252.225-7048 Export-Controlled Items (DEC 2012)
252.232-7003 Electronic Submission of Payment Requests (JUN 2012))

All responsible sources may submit a quotation which shall be considered by the agency.

Bid Protests Not Available