The Food and Drug Administration intends to award a Purchase Order on a sole source basis to Olympus America Inc. Two Corporate Center Dr. Melville NY 11747-3157 under the authority of FAR 6.302-1. This is not a request for quote; however, sources may submit descriptive literature, which fully demonstrate their capabilities, which will be considered by the agency.
(i) 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; proposals/bids are being requested and a written solicitation will not be issued.
(ii) The solicitation number is FDA-SOL-06-00210. This solicitation is issued as a Request for Quote (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09, April 19, 2006.
(iv) This is a firm fixed price requirement. The associated North American Industry Classification System (NAICS) Code is 333314 All Other Miscellaneous General Purpose Machinery Manufacturing, Small Business Size Standard 500 Employees.
(v) The Food and Drugs is soliciting for FV1000 CLSM Inverted Confocal Microscope System description as follows:
Scheduled items include:
1. F10CFIMGR Filter Core Set 1 Each
2. FV1000 CLSM 1 Each
3. F10PCSWB FV 1000 PC Software Group 1 Each
4. F10PC21LB Monitor 2 Each
5. F10AVT2 Anti-Vibra Table 1 Each
6. F10OFLD405 Laser Diode Set 1 Each
7. IX 81 Inverted Microscope with Motor Z Drive 1 Each
8. F10MIR2 FV1000 IX81 Micro Set w R Stage 1 Each
9. Reflected Light Fluor Dichrom Beamsplitters 1 Each
10. FMU-M620 Wide UV Ex Dm Em 1 Each
11. FMU-M6553 Narrow IF Bluf Cube 1 Each
12. FMU-M6653 Wide IF Green Cube 1 Each
13. Optics f H Resolution Imaging 1 Each
14. 1-U2B522 U Plan Fluorite 4 x Objective 1 Each
15. 1-U2B523 U Plan Fluorite 10x Objective 1 Each
16. FM1-1-U2B825 U Plan S-APO 20x Objective 1 Each
17. FM-1-U2B530 U Plan Fluorite 40x Objective 1 Each
18. FM1-1-U2B933 Plan APO 60x Oil Objective 1 Each
19. High Num Aperture Cond DIC Prisms Access 1 Each
20. 6-U261 1X2-LWUCDA2 Pos Mot IX Cond Lrg Sm 1 Each
21. 6-UP230LWPO Polarizer to Moulnt 1 Each
22. FMU-P106 U-Dicts Trasmitted DIC Prism Slider 1 Each
23. FMU-M6061 IX2-MDICT Analyzer Cube for IC 1 Each
24. FMU-CD412 Nomarski Prism for 20x Objective 1 Each
25. FMU2-CD414 Nomarski Prism for 40x Objective 1 Each
26. FMU2-CD416 Nomarski Prism for 60x Objective 1 Each
27. FMZ-81012 Immersion Oil 50CC 1 Each
28. 12 Megapixel Color Dig Camera w C Mount 1 Each
29. 7-D700 DP70 12mill Pixel Dig Camera Shift 1 Each
30. 7-D755 DP70-BSW Camera Control Soft for DP70 1 Each
31. U-V31 U-CMAD Moulnt Carmer Adapt 1 Each
32. U-V11 U-TV1X-2CCD Camera Adapt 1X No Lens 1 Each
33. C02 Incubator System 1 Each
34. U-I280 MIU-IBC-IF CO2 Incubator for IX IX2 1 Each
FOB Point Destination, with services on-site. Contract type: Commercial Item - Firm fixed price, indefinite-delivery/quantity requirement. Simplified procurement procedures will be utilized.
(vi) Provide a new FV1000 CLSM Inverted Confocal Microscope System to the FDA National Center for Toxicological Research in Jefferson Arkansas.
(vii) The period of performance is 30 days from receipt of order. FOB Point of Delivery for Services and Supplies provided will be the FDA National Center for Toxicological Research located at 3900 NCTR Road, Jefferson, Arkansas 72079.
(viii) The provision at FAR 52.212-1 Instructions to Offerors â Commercial Items applies to this solicitation. The following agenda have been attached to this provision: None.
(ix) The provision at FAR 52.212-2 Evaluation â Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) past performance (see FAR 15.304); (iii) price. Technical and past performance, when combined, are equal when compared to price. The technical evaluation will be determination as to whether the proposed contractor is capable of completing the work. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the government to determine whether the product meets the technical requirements. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror, past record of meeting delivery schedules and service/maintenance reputation. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions.
(x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications â Commercial Items with its offer.
(xi) The clause at 52.212-4, Contract Terms and Conditions â Commercial Items, applies to this acquisition. The following agenda have been attached to the clause: None.
(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders â Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52,222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-13, and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov.
(xiii) A standard commercial warranty on parts and workmanship is required.
(xiv) Applicable Numbered Note(s) 22 and 23.
(xv) Offers are due either in person or by fax on or before June 9, 2006 by 1400 hours (Central Daylight Time - Local Prevailing Time in Jefferson, Arkansas), at Food and Drug Administration/OC/OSS/OFFAS 3900 NCTR Road, Jefferson, AR 72079-9502.
(xvi) For information regarding this solicitation, please contact Barbara Arnold @ (870) 543-7483, FAX (870) 543-7990, email
[email protected].
Bid Protests Not Available