Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2004 FBO #0878
SOLICITATION NOTICE

66 -- laboratory equipment

Notice Date
4/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
 
ZIP Code
20535
 
Solicitation Number
RFQ0163916
 
Response Due
5/14/2004
 
Archive Date
5/29/2004
 
Point of Contact
Gwendolyn Campbell, Contracting Officer, Phone 202-324-5287, Fax 202-324-5287,
 
E-Mail Address
ppmsscgcu@fbi.gov
 
Description
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; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as Request for Quotation (RFQ) 0163916 and this number shall be referenced on all quotes. The RFQ is issued under Simplified Acquisition Procedures and is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code is 339111. The small business size standard is six (6) million. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-22. The Federal Bureau of Investigation, Laboratory Division, DNA Analysis Unit II have a requirement for a Brand Name Only small self-contained BioRobot EZI workstation for DNA extractions. (1) Robot shall be compact; (2) The Robotic platform shall be able to extract and purify DNA where the final product is ready for DNA amplification; (3) The extraction and purification chemicals must be available in kit form for quality assurance and quality control purposes; (4) System shall be self-contained; (5) Shall have the ability to vary the number of samples being extracted at a particular time, from one to more than one sample; (6) Shall have movements of robotics such that contamination is minimized; (7) System shall be easy to use; (8) Shall not require programming; (8) Shall not require the use of an external computer; (9) All information to run the instrument shall be located on a preprogrammed card.; (10) Shall be a stand alone on bench top, no computer required; (11) Shall have 6 nozzles; (12) Shall have MagAttract magnetic bead technology, organics (such as phenol) are not required; (13) Throughput shall run 6 samples/batch/20 minutes (1-6 samples per run); (14) Applications shall sample blood, buffy coat, soft tissue, buccal swab, hair, clothes, paraffin embedded tissues, dried blood, forensic, total RNA, viral RAN and DNA; (15) Temperature Control shall be a heat panel (sheet heater); (16) System shall possess touch LCDA, IC card with protocols/software; (17) System shall have filter tips designed for the system; (18) Sample prep plate shall be pre-packed cartridge (10 wells and 2 heating wells); (19) Size of system shall be 282 x 455 x 430 mm (w x d x h); (20) Weight shall be 26 kg; (21) Electrical requirements shall be 200-240 V AC + 10%, 50/60 Hz, 300 VA; (22) Humidity shall be <80 %; (23) Temperature shall be 5-40 C; (24) Shall possess reliable, high quality nucleic acid suitable for all downstream applications. Delivery should be within 30-75 days or sooner after receipt of order. Offers shall be for FOB Destination. The ship to address is FBI, DNA Analysis Unit II, 2501 Investigation Parkway, Quantico, VA 22135. The following FAR provisions and clauses are incorporated by reference and apply to this solicitation. FAR Provision 52.212-1 Instructions to Offerors-Commercial Items (JAN 2004), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999), FAR 52.212-3 Offeror Representations and Certifications Commercial Items (JUNE 2003). All FAR clauses and provisions may be obtained from the Federal Acquisition Regulation website address http://www.arnet.gov/far/. Award will be made to the responsive, responsible offeror whose quote conforms to this solicitation and is the Best Value to the Government. Any questions pertaining to this solicitation shall be in writing and must be received by 4:00 p.m., EDT April 19, 2004. All quotes shall be on letterhead, accompanied by completed representations and certifications, clearly marked RFQ0163916 and submitted to the address listed above no later than 4:00 p.m; EDT, May 7, 2004. Offerors must provide their DUNS and Tax Identification Numbers. The awardee shall also be required to submit a completed Standard Form 3881, Automated Clearing House Vendor/Miscellaneous Payment Enrollment Form, in accordance with FAR Clause 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (MAY 1999). All quotes must be received at the above address on or before the date/time specified in this announcement. Facsimile quotes will be accepted in accordance with FAR Provision 52.215-5 Facsimile Bids (OCT 1997). Facsimile quotes (202) 324-0570 must also be received by the date/time specified in this solicitation with the hard copy to immediately follow in the mail. Please note that if you elect to mail or overnight your quote, for security reasons, all outside mail addressed to FBI Headquarters is routed to an off-site location first before being delivered to its final destination at FBI Headquarters. So therefore, enough time for delivery. Only the facsimile quote needs to date/time stamped by the due date/time. Offerors are hereby notified that if your quote is not received by the date/time and at the location specified in this announcement, it will be considered late and shall be handled in accordance with FAR Provision 52.212-1 (f) (OCT 2000). The Contracting Officer, Gwendolyn D. Campbell, may contacted at (202) 324-5287.
 
Place of Performance
Address: WASHINGTON, DC
Zip Code: 20535
Country: US
 
Record
SN00569182-W 20040422/040420211710 (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.