Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 25, 2002 FBO #0327
SOLICITATION NOTICE

66 -- AUTOMATED ELECTROPHORESIS SYSTEM

Notice Date
10/23/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
03-831-1008
 
Archive Date
11/21/2002
 
Point of Contact
Tamara Grinspon, Contract Specialist, Phone (301) 975-4390, Fax (301) 975-8884, - Tamara Grinspon, Contract Specialist, Phone (301) 975-4390, Fax (301) 975-8884,
 
E-Mail Address
tamara.grinspon@nist.gov, tamara.grinspon@nist.gov
 
Description
The National Institute of Standards and Technology (NIST) intends to negotiate, on a sole source basis, under authority of FAR 13.106-1(b)(1), with Caliper Technologies Corporation, of Mountainview, CA, for acquisition of one (1) Electrophoresis System, with DNA LabChip Kit. The system will be used in the Biotechnology Division for the accurate measurement of the size and quantity of amplified nucleic acids. *****A one-year warranty on parts and labor shall be included.*****Installation and training shall be included.*****Sole source determination is based on the Government's need for a microfluidic-scale electrophoresis system capable of determining the quality and quantity of the Biotechnology Division's amplified nucleic acids and meeting all the following specifications/capabilities: (a) Direct Sampling-The System shall be capable of automated sampling, eliminating manual gel loading, therefore reducing pipetting errors, personnel-specific variation, and time-consuming technical activities; (b) Capability of using internal standards for accurate quantitation and sizing; (c) On Chip Detection-DNA concentrations as low as 1ng/uL shall be detectable; (d) Automated Sampling from Microtiter Plates-The System shall be walk-away for unattended sampling of 96-Well and 384-Well plates. A calibration standard shall be run with sufficient frequency as to provide exceptional DNA sizing, accuracy and quantitation (MS-90= every 12 samples); (e) Laser-Induced Fluorescence for High Sensitivity Detection-The optical system shall have auto-alignment and auto-focus of a solid-state laser for optimal sensitivity and reproducible chip-to-chip operation; (f) The System shall provide digital data capability to eliminate photographic gel documentation and provide gel-like data image slab gel results; (g) Automatic Sizing and Quantitation-The size and concentration of each DNA fragment shall be calculated and reported automatically in tabular format; (h) Automatic Data Export-Data shall be automatically exported for further analysis or archival storage and be compatible with the MWG robotic workstation and 3100 DNA Analyzer currently used the Biotechnology Division laboratory; (i) Assay Specifications-Number of samples analyzed per chip: >1000; Analysis time per sample: 30 seconds; Sizing range: 100-5000 base pairs; Sizing resolution: +/-15% from 100-1500 base pairs, +/-20% from 1500-5000 base pairs; Sizing accuracy: +/-15%; Quantitation accuracy: +/-30%; Quantitative range: 1-80 ng/uL; and (j) Hardware Specifications-Plate format: 96- and 384-well; Operating Temperature Range: 10-40 degreesC (50-104 degreesF).*****Caliper Technologies Corporation is the only vendor able to meet the required specifications and, thus, is uniquely qualified to meet the Government's needs. Delivery shall be FOB Destination, Gaithersburg, MD, and is required within fourteen (14) days or less after receipt of purchase order (ARO).*****The North American Industry Classification System (NAICS) code for this acquisition is 334516, and the size standard is 500 Employees.*****No solicitation package will be issued. This notice of intent is not a request for competitive quotations. However, responses received by November 6, 2002, will be considered by the Government. A determination by the Government not to compete the proposed acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.*****
 
Place of Performance
Address: National Institute of Standards and Technology, Shipping and Receiving, Building 301, 100 Bureau Drive, Gaithersburg, MD 20899-0001
 
Record
SN00192399-W 20021025/021023213239 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.