Fluorescence Microscope
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This anno... This is a combined synopsis/solicitation 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 the only solicitation; quotes are being requested, and a written solicitation will not be issued. The solicitation number is 12405B19Q0044 and is issued as a request for quotation (RFQ). The NAICS code is 334516, Analytical Laboratory Instrument Manufacturing. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2019-03. The USDA, ARS, U. S. Vegetable Laboratory intends to acquire a BZX Fluorescence Microscope BZ-X810 with the following specifications: BZX Fluorescence Microscope Head BZX Fluorescence Microscope Controller BZ Support Package BZX Multi-Stack Module BZX Analyzer Software BZ Nikon Objective Lens (20x Phase), CFI S Plan Fluor ELWD ADM 20X BZ Nikon Objective Lens (4x), CFI Plan APO 4X Lambda BZ Nikon Objective Lens (10x), CFI Plan APO 10X Lambda Shipping and Handling And meet the following requirements, -The microscope must be operable without a darkroom providing an observation environment that does not compromise the background contrast necessary for fluorescence observation, -The microscopes system must include an electronic shutter, electronic XY/Z stage, electronic revolver, electronic filter turret, electronic color filters, phase-contrast slit electronic switching mechanism, electronic dimmer filter, and electronic aperture control are standard-equipped, all operable with a mouse, -The electronic XV axes stage must have a stroke of 100 mm x 64 mm or larger, and a minimum travel pitch of 1 µm or smaller. The electronic Z axis stage must have a stroke of at least 8 mm and a minimum pitch of 0.1 µm or smaller, -There must be four parts that allow for fluorescence filter switching, -Objective lens with a magnification of 2x to 100x should be mountable. Up to six lenses should be mountable at a time, -The microscope shall be equipped with a cooled monochrome CCD with a cooling temperature more than 2s2c below ambient temperature. Additionally, a mechanism that captures images in full color, with the insertion of color filters via electronic control, should be available, and -The microscope (main unit) shall be installable within a space of 500 mm (H) x 350 mm (W} x 500 mm (D) with its panel closed. -The microscope needs to be equipped with a navigation function with which the observation point moves to the location clicked on the wide-area map image, enabling high-magnification observation while having an overall picture with a wide-area map Image that is keyed to the XV stage coordinate information. All mountable lenses should allow the generation of a wide-area map Image. -The microscope needs to be equipped with a function that seamlessly stitches images (maximum of 50,000 x 50,000 pixels) captured via the automatic range set-up when the imaging range is specified by clicking on the edge of the specified range, using any mountable lens. -Must have an optical sectioning capability that is unaffected by fluorescence blurring during fluorescence imaging. -The microscope needs to be equipped with a function that automatically selects cells based on contour and color contrast and automatically takes count and calculates the area, perimeter, Feret diameter, longest diameter, shortest diameter, and the integrated value of luminance. There should also be a function that uses the selected Image information as a mask area to perform automatic counting upon re-setting the conditions for the images in each area, also enabling an easy measurement of area ratio. -The system needs to enable outputting, as a conditions file, of measurement conditions used with an automatic counting function. Furthermore, the system should have a macro processing function that performs automatic counting on multiple image files at once with the same conditions based on the conditions file. -The microscope needs to be equipped with a function that records videos at a frame rate of 95 fps or higher. -Images need to be recorded at 12,000,000 pixels or more. -The microscope needs to allow for the mounting of temperature/CO2 regulated chamber for time-lapse imaging. The mounted chamber should allow for multi-well plates to be set inside it. -The microscope must be compact enough to fit in a space that is 15" wide X 20" long, and must not sit more than 20" high when closed. The equipment is to be delivered to the USDA-ARS, 2700 Savannah Highway, Charleston, SC 29414. Any quotes not meeting the minimum specifications will not be considered. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per item, discounts for trade-ins, total price and valid for at least 60 days after receipt of quote; and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov. REJECTION OF QUOTATION: Failure to demonstrate compliance will be caused to reject the quote without further discussions. All responsible sources may submit an offer and will be considered. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS. DELIVERY: FOB Destination. Deliver to the USDA-ARS, 2700 Savannah Highway, Charleston, SC 29414. QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees. DELIVERY DUE DATE: The Government requires delivery on or before 30 ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. FAR 52.212-2, Evaluation-Commercial Item, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material and capabilities of the offeror's equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by 2:00 p.m. central standard time, September 3, 2019. Quotations are to be addressed to Jessica Pacheco, Contract Specialist, at jessica.pacheco@usda.gov or USDA, ARS, SEA, P. O. Box 225, 141 Experiment Station Road, Stoneville, MS 38776-0225. Additional information may be obtained by contacting the Contracting Officer by email. Place of Performance: USDA-ARS 2700 Savannah Highway Charleston, SC 29414 Primary Point of Contact: Jessica Pacheco Contract Specialist jessica.pacheco@ars.usda.gov Secondary Point of Contact: Nicholas Langley Contract Specialist nicholas.langley@ars.uda.gov
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »