Federal Bid

Last Updated on 23 Jul 2008 at 8 AM
Combined Synopsis/Solicitation
Michigan

EMCCD Camera

Solicitation ID 5405-8-0200
Posted Date 30 Apr 2008 at 7 PM
Archive Date 23 Jul 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usda Ars Mwa Aao Acq/Per Prop
Agency Department Of Agriculture
Location Michigan United states
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. Solicitation No. 5405-8-0200is being issued as a Request for Quotes RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. The NAICS code applicable to this acquisition is 443130. This solicitation is reserved for small businesses. The USDA, ARS, MWA, Sugarbeet and Bean Research Unit has a requirement/need for electron-multiplying CCD (EMCCD) camera for its research. THE SALIENT CHARACTERISTICS ARE: The equipment must meet or exceed the following minimum specifications: The camera should be a back illuminated EMCCD with a 1024  1024 imaging array of 13  13 μm pixels, using a frame transfer architecture. The CCD camera should be equipped with a thermoelectric air cooling system with the cooling temperature maintaining at -55 C or lower during normal operation. The camera should have a large dynamic range with 16-bit digitization format. Its full frame readout rate should be able to reach 10 MHz. The camera should be accompanied with a software program that is Windows XP compatible and would allow configuring and controlling the camera, acquire images and have universal interface for easy custom programming. The camera should also have flexible binning capabilities and a PCI interface. The camera should have on-chip EM gains from 1 to 1000, which can be controlled via the computer program. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the descriptive literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. REJECTION OF QUOTE: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation – Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items, Provide with Quote; FAR 52.214-21, Descriptive Literature, Provide with Quote; FAR 52.204-7, Central Contractor Registration All Offerors must be registered in the Central Contractor Registration CCR Database in order to receive an award. The website address for registration is; http://www.ccr.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items apply to this acquisition. The following FAR clauses sited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items are applicable to this acquisition: FAR 52.222-3, Convict Labor E.O. 11755; FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration 31 U.S.C. 3332; 52.232-36, Payment by Third Party 31 U.S.C.3727 and FAR 52.233-3, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html. SHIPPING: FOB Destination. 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, and unit price per item and total price; 2. descriptive literature, brochures, information on service and support; 3. at least 3 to 5 references for the proposed equipment. References must have received the proposed equipment within the last three 3 calendar years Government references preferred but will accept commercial references. References shall be provided for the product proposed and if possible include the email address of the person to be contacted; and 4. Offerors shall include a completed copy of the provisions FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERICAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.acquisition.gov/comp/far/loadmainre.html. DELIVERY TO: USDA-ARS-MWA-SBRU, 224 Farrall Hall, Michigan State University, East Lansing, Mi 48824. QUOTE PRICE MUST INCLUDE: any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: 6/30/2008. 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. EVALUATION & AWARD FACTORS – The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. Each Quote shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: 1.Technical Evaluation Factors: A. All quotes will be rated against the salient characteristics and minimum requirements. B. Delivery C. Training D. Warranty. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such a warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government’s rights under the Inspection clause nor does it limit the Government’s right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty -if applicable- with this response. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www/fbo/gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish quotes to LuAnn Therrian, Contracting Officer, USDA/ARS/MWA/ADOL, 3606 E. Mt. Hope Rd., East Lansing, MI 48823, no later than 2:00 p.m., ET, May 19, 2008. Quotes and other requested documents may be provided by facsimile to 517- 337-6634 if desired. Additional information may be obtained by contacting the Contracting Officer at 517- 337-6826.
Bid Protests Not Available

Similar Past Bids

Brookhaven Pennsylvania 05 Aug 2013 at 7 PM
Location Unknown 17 Mar 2021 at 12 PM
Center Kentucky 13 Apr 2016 at 4 PM
Center Kentucky 17 Mar 2016 at 4 PM
Boulder Colorado 27 Jan 2011 at 6 PM

Similar Opportunities

Location Unknown 14 Jul 2025 at 4 AM
Stratford Wisconsin 10 Jul 2025 at 8 PM
Fort belvoir Virginia 30 Sep 2026 at 4 AM (estimated)
Lansing Michigan 23 Jul 2025 at 4 PM
Lansing Michigan 16 Jul 2025 at 4 PM