Federal Bid

Last Updated on 02 Sep 2017 at 8 AM
Combined Synopsis/Solicitation
Holley New york

Olympus BX53 Microscope

Solicitation ID AG-32SC-17-874026
Posted Date 15 Aug 2017 at 1 PM
Archive Date 02 Sep 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Eastern Business Service Center
Agency Department Of Agriculture
Location Holley New york United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 number AG-32SC-17-874026 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 333314 (Optical Instrument and Lens Manufacturing), with a small business size standard of 500 employees.
This acquisition is for brand name of the following item as identified in the Contract Line Item Number (CLIN):
0001) Olympus BX53 Microscope
Specifications:
With the following minimum specifications:
a. Must fit Olympus objectives currently in labs possession (10x,20x, 60x, & 100x).
b. Must have multiple discreet magnifications based on objectives, 10x, 20x, 40x, 60x, & 100x.
c. Must have a 6 position nosepiece to hold the above mentioned Olympus objectives.
d. Must have a phase contrast condenser to allow phase 1 & phase 2 settings.
e. Must provide fluorescent illuminator for UV light.
f. Must have a multi bay turret for narrowband filters of different wavelength.
g. Must have a camera tube and high definition digital camera.
h. Must have a cpu/monitor and software to capture high definition images.
i. Must have software for various tasks as measuring size, counting objects, or calculation area.
j. Must have a camera optimized to Olympus system for capture of high quality florescent & phase contrast photomicrographs.
k. Must allow for the reuse of Olympus reticules already in the labs possession.
l. Must have a representative go to the lab, using the new microscope and using the new and older microscope along with current existing parts, configure both microscopes. Setting one to best compatible with fluorescence and the other for phase contrast. Allowing for the interchangeability of existing parts with both microscopes.

Delivery to the following address:

USDA, Robert Holley Center, Cornell University
538 Tower Road
Ithaca, NY 14853

Delivery must be within 4-6 weeks
Delivery must be between 8:00 am and 5:00 pm, Monday through Friday, excl. Federal Holidays
Contacting location laboratories representative 1 week prior to delivery, in writing.
Contacting location laboratories representative 24 hours prior delivery via phone (no collect calls)

Additionally, delivery costs to the above location must be annotated in proposal.

The Government anticipates award of a Firm Fixed Price contract.
Delivery will be within 60 days of award, quoted price should include delivery costs and units. Each offer must show a breakdown giving price of the new tractor, provide descriptive literature or information showing that the offered tractor meets all specifications.

Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping).

Electronic submissions are preferred. Please email all quotes to [email protected]. NO LATE QUOTES WILL BE ACCEPTED.

The basis for award is Lowest Price Technically Acceptable. "LPTA" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price (to include shipping), and must also have satisfactory Past Performance.

INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination.

The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.211-6 Brand Name or Equal; AGAR 452.211-71 Equal Products Offered; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1 Buy American--Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference.

To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically.
Quotes must be received no later than August 18, 2017, 3:00pm Central Standard Time.

Bid Protests Not Available

Similar Past Bids

Institute West virginia 20 Jul 2016 at 6 PM
Bronx New york 19 Jul 2024 at 7 PM
Location Unknown 11 May 2015 at 12 PM
Eglin air force base Florida 15 Feb 2017 at 2 PM

Similar Opportunities

Location Unknown 10 Jun 2042 at 5 AM (estimated)
New york New york 05 Aug 2025 at 10 PM
New york New york 05 Aug 2025 at 10 PM
Chicago Illinois 30 Jul 2025 at 4 AM (estimated)
New york New york 10 Jul 2025 at 5 PM