Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2004 FBO #0902
SOLICITATION NOTICE

66 -- MICROARRAY SCANNER

Notice Date
5/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
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
Reference-Number-04-831-5072
 
Response Due
5/28/2004
 
Archive Date
5/28/2004
 
Point of Contact
Laurel Carey, Contract Specialist, Phone (301) 975-8838, Fax (301) 975-8884,
 
E-Mail Address
laurel.carey@nist.gov
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.603, STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-22, April 4, 2004. *** This procurement shall utilize the small business cascading evaluation preference process. Both large and small businesses may submit an offer, however if acceptable offers are received from at least two small businesses, offers from large businesses will not be considered for award. The associated NAICS code is 334515. The small business size standard is 500. *** The National Institute of Standards and Technology (NIST), Biotechnology Division has a requirement for a microarray scanner that will be used to develop microarray standards and validate measurement procedures. In order to quantitate instrumental errors, the scanner must have non-confocal optics with a PMT detector and rectilinear scanning mechanism in both directions. The scanning must be sequential and performed with two solid state lasers operating at 532 nm and 635 nm and upgradeable to four lasers as required in the future. *** Offerors shall submit quotations for the following Contract Line Item Numbers (CLIN??s): CLIN 0001, Quantity of 1, Microarray Scanner. The scanner must meet or exceed the following specifications: DETECTION: (1) Continuously adjustable laser power and PMT voltage controls for maximum sensitivity and flexibility in optimizing dynamic range, channel balance and reducing photobleaching. (2) PMT noise dominated by Shot noise by at least an order of magnitude. (3) Actual 16-bit digitization of the PMT signal resulting in a dynamic range of 103.5 without changing PMT voltage or laser power. SCANNING: (1) Total scan area not less than 20 X 60 mm, scan area selectable by user. (2) Fast sequential scanning at 4 minutes per channel at 10 ??m resolution (full scan area). Cross talk less than 1%. (3) Non-confocal optics for less sensitivity to non-uniformity of slide height. (4) Variance among all scans over six days less than 1.6% for the green channel (532 nm) and less than 2.1% for the red channel (635 nm). (5) Correction circuitry for intensity stabilization due to inherent laser power fluctuations during scan. (6) Spatial resolution better than 5 ??m; user-selectable resolution settings between 5 ??m and 100 ??m in 5 ??m increments. (7) Fast Preview Scan for obtaining 40 ??m resolution image for checking the orientation of the slide, and for balancing channels. (8) Good illumination alignment and focus, beam diameter less than 5?gm on the slide surface. (9) Rescan feature for selectively rescanning one or more channels while keeping acceptable channels (for reducing photobleaching). ANALYSIS: (1) Array quality control imaging for checking spot presence in unhybridized, pre-processed slides. (2) Integrated software barcode reader to ensure reliable barcode acquisition. (3) Multi-user mode for maintaining separate settings and results files for multi-user groups. (4) Integrated Internet Explorer functionality provides powerful scripting engine and web access to public repositories and databases. (5) Automation protocols and scripts are included for maximum scanning flexibility; no need to buy separate software modules for automation functionality. (6) Pre-set and user-defined color palettes for flexible display and facilitating interpretation. (7) Microarray acquisition and data processing software included. (8) industry-standard file formats as well as MAGE-ML document format. (9) Enhanced image output and export options: single-image, multi-image TIFF and JPEG formats. CLIN 0002, Quantity of 1, 532n Green Laser Kit (standard green emission filter included; CLIN 0003, Quantity of 1, 635nm Red Laser Kit (standard red emission filter included); CLIN 0004, Quantity of 1, Acquisition and Analysis Software; CLIN 0005, Quantity of 1, Acuity 3.1 Microarray Informatics Software. *** Delivery shall be FOB DESTINATION. The vendor shall pay all charges to the delivery point and be responsible for any loss of and/or damage to the goods occurring before receipt, inspection, and acceptance at the delivery point. All line items shall be delivered to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** Offerors shall submit the following: 1) A quotation which addresses all Contract Line Items; 2) Technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. *** Quotations shall be valid for a minimum of 30 days. *** IMPORTANT: To be eligible for award, offerors must be registered in the Central Contractor Registry. Information on the CCR may be obtained at http://www.ccr.gov. You must have a DUNS number in order to begin your registration. If you do not already have a DUNS number, please call Dun & Bradstreet, Inc., at 1-866-705-5711 or 610-882-7000. There is no cost to obtain a DUNS number. ***Award will be made to the responsible offeror whose quotation conforming to this synopsis/solicitation offers the best value to the Government. The Government will evaluate quotations based on Technical Capability and Price. Technical Capability is more important than Price. Evaluation of Technical Capability shall be based on the information provided and value indicators that clearly document that the offered products meet or exceed the specifications stated herein. Documentation may include the manufacturer sales literature or other product literature. Price will be evaluated only for quotations determined technically acceptable. *** The following provisions apply: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items. *** The following clauses apply: 52.212-4 Contract Terms and Conditions, Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items including subparagraphs: 52.222-3, Convict Labor; (14) 52.222-19, Child Labor, Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-3, Buy American Act, North American Free Trade Agreement, Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases (E.O.12722, 12724, 13059, 13067, 13121, and 13129); and 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. 52.204-7, Central Contractor Registration. Full text of these provisions and clauses may be accessed electronically at the following addresses: http://www.arnet.gov/far or http://www.nist.gov/admin/od/contract/agency.htm. *** Quotations shall be mailed to the National institute of Standards and Technology, Acquisition and Logistics Division, ATTN: Laurel Carey, Building 301, Room B128, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. RFQ Reference Number 04-831-5072 shall be prominently cited on the envelope. Faxed and e-mail quotations will not be accepted ***Quotations are due at 1:00 p.m. EST on May 28, 2004. Offerors are encouraged to verify that their submissions have been received, 301-975-8838.***
 
Place of Performance
Address: 100 Bureau Drive, Stop 3571, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00586129-W 20040516/040514211751 (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.