SOLICITATION NOTICE
66 -- Instruments & Laboratory Epuipment
- Notice Date
- 1/28/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
- ZIP Code
- 20817
- Solicitation Number
- RFQ4024
- Response Due
- 2/12/2004
- Archive Date
- 2/27/2004
- Point of Contact
- Linda Taylor, Purchasing Agent, Phone 301-402-6089, Fax 301-480-3695, - John Foley, Contracting Officer, Phone 301-402-2284, Fax 301-480-0689,
- E-Mail Address
-
ltaylor@niaid.nih.gov, jfoley@NIAID.NIH.GOV
- Description
- This is a combined synopsis/solicitation to procure commercial items prepared in accordance with the format of 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. This procurement is being issued as a Request For Quotes (RFQ). Submit offers to RFQ4024. This solicitation and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 01-19. This acquisition will be processed under Simplified Acquisition Procedures. This is not a small business set-aside, under North American Industry Classification System Code Number 334516 and the small business size standard is 500 employees. The National Institute of Allergy and Infectious Diseases is issuing a request for quotations (RFQ4024) for procuring a quantity of one 60-Channel Solution Mixing Robot System. This system must be equipped with the following components: 1) 30 precision, individually controlled Cavro XL-300 pumps with 8 position valves; 2) 96-Channel tip washing station with pumps and controller; 3) 96-Channel gantry, equipped with 60 stainless steel outlet needles and manifolds with 9mm spacing (SBS standard); 4) complete tubing set with color coding; 5) 60 clear glass stock solution bottles with quick connect lines; 6) 2x30 position racks for stock solution bottles (250ml), 7) provide table with sufficient weight capacity. The 60-Channel Solution Mixing Robot must have the following capabilities: 1) Barcode tracking, 2) Handles stock solutions with high and low viscosity (i.e 50% w/v PEG-10,000 to water), organic solvents (including acetone, alcohols, and oils), pH extremes (pH2-11), and various surface tensions (i.e. pure water to detergent solutions); 3)Dispense volume accuracy is <2% error for as low as 20ul, for both non-viscous and viscous solutions; 4) Dispense flow rates (0.18ml/minute); 5) must be capable of modification to the syringe size from 100ul to 25ml syringe barrel to accommodate precious or bulk solutions. Software must have these features: 1) Fully networkable database software that controls the hardware and can create new formulation matrices; 2) must control pH Gradients, Stock solution definitions, Plastic ware definitions ,Syringe configurations and Interactive and automated formulation design; 3) Perpetual Server License and unlimited client access licenses; 4) one year of technical support and software upgrades; 5) must be Windows 2000 based, SQL Server 2000 compatible, and ORACLE 9.2 compatible. Physical Parameters must have 1) Unit Height (49?, 125cm), Depth (31?, 79cm), Length (28?, 71cm), 2) Gantry travel Height (4.5?, 11.5cm), Depth (15?, 38cm), Length (28?, 71cm), 3) CE certified, 4) Plexiglass front sash window with safety interlock and status lighting, 5) Emergency stop button. Annual Hardware Support must include the following: One site visit, 1 year maintenance on defective pumps and electronics and 1 year of technical support and software upgrade. Installation: 60-Channel Solution Mixing Robot must be installed in the Laboratory. The following evaluation criteria will be used to evaluate offers: (a) Price: (b) Technical capability of the item offered to meet the government?s need: (c) Delivery Date: (d) Training: (e) Warranty information to include period and coverage, shall be stated. FOB Point shall be Destination, inside delivery required to Bethesda, Md. 20892. This will be a fixed-firm price contract. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.212-1 Instructions to Offerors-Commercial items; FAR 52.212-2 Evaluation-Commercial Items; FAR 52.212-3 Offerors Representations and Certifications; FAR 52.212-4 Contractor Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items; FAR 52.225-3 Buy American Act also applies. Offerors shall include with their offer a completed copy of provision at FAR 52.212-3 Offerors Representations and Certifications Commercial Items. The Government intends to make a Best Value Buy to the responsible offeror whose offer is most advantageous to the government. The following evaluation criteria will be used to evaluate offers: (a) Price: (b) Technical capability of the item offered to meet the government?s need: (c) Delivery Date: (d) Training: (e) Warranty information to include period and coverage, shall be stated. Copies of the aforementioned clauses are available upon request by telephone to Linda Taylor at (301) 402-2282. All responsible sources may submit an offer that will be considered by this agency. Offers must be submitted no later than 5:00P.M. Eastern Standard Time February 12, 2004. For delivery through the Postal Service, the address is NIH/NAID/AMOB, 10401 Fernwood Drive, Suite 2NE70, Room 2NE52F, MSC/4812 Bethesda, Maryland 20817-4812. Electronic transmission will not be accepted. Request for information concerning this requirement are to be addressed to Linda Taylor at 301-402-2282. Collect calls will not be accepted. Required Central Contractor Registration (Oct 2003). Note: [Lack of registration in the Central Contractor Registration will make an offeror ineligible for award apply to this acquisition]. Registration is available via the internet at (www.CCR.gov).
- Place of Performance
- Address: National Institutes of Health,, Bethesda, Maryland
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN00511165-W 20040130/040128211826 (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 |