SOLICITATION NOTICE
66 -- Capillary DNA Analysis System
- Notice Date
- 6/19/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Beltsville Area, FMOD, Bldg. 003, Rm. 320, BARC-West 10300 Baltimore Avenue, Beltsville, MD, 20705-2350
- ZIP Code
- 20705-2350
- Solicitation Number
- 18-3K47-02
- Response Due
- 7/3/2002
- Archive Date
- 7/18/2002
- Point of Contact
- Theresa Mitchell, Purchasing Agent, Phone 301-504-8484, Fax 301-504-0333, - Theresa Mitchell, Purchasing Agent, Phone 301-504-8484, Fax 301-504-0333,
- E-Mail Address
-
mitchelt@ars.usda.gov, mitchelt@ars.usda.gov
- Description
- This is a combined synopsis/solicitation for commercial item prepared in accordance with FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number 18-3K47-02, is issued as a Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-07. This acquisition will be procured on an unrestricted basis. The Government intends to negotiate sole source with Amersham Bioscience Corp, 800 Centennial Ave., Piscataway, NJ 08855, pursuant to FAR Subpart 6.3. The Government will award a firm-fixed-price 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 USDA Alternate Crops and Systems Lab requires a Mega BACE 500 Sequencer and MegaBACE Flexible Genotyping Upgrade which is capable of using: both a 488nm Blue Argon laser and a 532nm Green He-Ne laser to excite the dyes, automated focusing (through the use of a photodiode assembly monitoring peak fluorescence intensity inside the capillaries), either ET primer or ET terminator (patented 4-color) sequencing chemistry, high viscosity linear polyacrylamide (optimal peak resolution), an epi-illumination system in which a patented flat-field confocal microscope lens is used to both focus the laser light onto the capillaries and collect the fluorescence for detection, high quality, physical, optical filter sets designed to accept only light in the correct wavelength during detection (minimizing background noise), dedicated photomultiplier tubes for sensitive light detection, an active (non static) color matrix; each run establishes a new color matrix minimizing errors due to voltage variations, optical alignment between runs, focusing differences, and non-achromatic system behavior, integrated quality control scores to alert the user to problematic areas of DNA sequence, integrated PHRED base scores as part of the software, an open-code html-based language for easy Internet transfer of data and in-house software integration. There will be 3 primary users of the equipment and we will need the capability to do genotyping with microsatellities and AFLP in addition to sequencing capabilities. Typical runs will involve 48 samples per scientist with the potential for all three scientist needing the equipment in a single day. In establishing EST libraries sample number will start in the 1000s per month with the potential to reach 10,000 per year. The capillary DNA analysis system must be capable of doing both genotyping and sequencing of 48 or more samples simultaneously. We require run times of approximately 2 h for 48 DNA sequences greater than 500 bp in length with a high degree of accuracy. The ability to run subsets of samples less than 48 without wasting material is also required. The capability of analyzing sequence and genotyping (microsatellites and SNP's) samples without having to switch either the caps or the matrix is required to limit waste. A confocal scanning detection systems is preferred because of increased accuracy of the resulting data. Software providing for both sequence analysis and genotyping is also required for data analysis. An active method of minimizing errors due to voltage variations, optical alignments between runs, focusing differences, and non-achromatic system behavior and integrated quality control scores to alert the user to problematic areas of DNA sequence are required along with an open-code html-based language for easy Internet transfer of data and in-house software integration. Faxed quotations are acceptable to T.C. Mitchell at 301/504-0333 on or before July 3, 2002 by 4 p.m. (EST) or quotes may also be mailed or hand delivered to the Contracting Address by 7-03-2002. Questions must be in writing and faxed to 301/504-0333 no later than June 24, 2002, no calls please. This RFQ is for a sequencer. Price should include shipping, handling, inside delivery, installation, training, integration support and minimum 1 year warranty. Inside delivery is required to FOB destination to USDA Agricultural Research Center, 10300 Baltimore Ave, Bldg 001 Rm 332, Beltsville, MD 20705, within 90 days of award and minimum 24 hour advance notice of delivery is required. Anticipated award date is July 8, 2002. All responsible sources may submit a quotation which will be considered by the agency. Your responses/quotes shall include literature, brochures and other such information in order to determine the ability to meet the above stated capabilities. The NAICS code is 334516, with a size standard of 500 employees. The following FAR clauses and provisions apply and are available on http://www-far.npr.gov or http://arnet.gov/far : FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Award to technically acceptable offeror, at a fair and reasonable price; The following factors shall be used to evaluate offers: in order of importance 1. Technical capability of the item offered, 2. Price. FAR 52-212-3, Offeror Representations and Certifications-Commercial Items. All offers must include a completed copy of FAR 52.212-3 with their response. FAR 52.212-4, Contract Terms and Conditions-Commercial Items. The following FAR clauses in paragraph (b) of FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues of Executive Orders-Commercial Items, will apply to the resultant contract: 52.203-6, 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52-222-37, 52.225-1, 52.225-13 and 52.232.34, 52.222.70 COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING REQUIREMENTS (JAN 1999) (DEVIATION) (USDA). (a) The offeror represents that if it is subject to the reporting requirement of 38 U.S.C. 4212 (d) (i.e., the VETS-100 report required by FAR clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has [ ], has not [ ], submitted the most recent report required by 38 U.S.C. 4212 (d). (b) An offeror who checks Ahas not@ may not be awarded a contract until the required report is filed. Section 508 Accessibility compliance Clause: All Electronic and Information Technology (EIT) procured through this Contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. (36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http:www.access-board.gov/sec508/508standards.htm-PART 1194). The following operating systems; 1194.25 Self contained, closed products; 1194.26 Desktop and portable computers. The standards do not require the installation of specific accessibility-related software or the attachment of an assistive technology device, but merely require that the EIT be compatible with such software and devices so that it can be made accessible if so required by the agency in the future. CONTRACT PAYMENTS (MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER) EFT compliance with 31 CFR 208. To facilitate EFT for contract payments, FAR clause 52.232-34 and 52.232-35 requires the submission of information by the contractor to the payment office. Upon award, the contractor shall contact the Miscellaneous Payments Section at the National Finance Center (NFC) to initiate the enrollment process of the Vendor Express Program (VXP) for payment under EFT. NFC can be reached on 1-800-421-0323 or at www.nfc.usda.gov
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/ARS/FMOD/18-3K47-02/listing.html)
- Place of Performance
- Address: USDA, ARS, Alternate Crops and Systems Lab 10300 Baltimore Ave, Bldg 001, Rm 342 Beltsville, Maryland
- Zip Code: 20705
- Zip Code: 20705
- Record
- SN00096501-F 20020621/020619215607 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |