Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2006 FBO #1516
SOLICITATION NOTICE

66 -- : Absorbance/Fluorescence Monochromator-Based Microplate Reader

Notice Date
1/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-06-Q-0144
 
Response Due
1/30/2006
 
Archive Date
2/14/2006
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-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 BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is unrestricted and all interested quoters may submit a quote. All interested quoters shall provide a quote for an Absorbance/Fluorescence Monochromator-Based Microplate Reader. . LINE ITEM 0001: Quantity of (1) each Absorbance/Fluorescence Monochromator-Based Microplate Reader meeting all of the following required specifications: 1. It must have fully automated monochromator-based detection of absorbance and fluorescence intensity. 2. It must be equipped with two double quadruple monochromators for fluorescence (2 for excitation and 2 for emission). 3. It must not operate with the use of cut off filters for the light source in either the excitation or detection channels. 4. It must have measurement of wavelength ranges in tuneable 1nm increments with software-selectable variable bandwidth. 5. It must include a range of spectral recording for fluorescence excitation from 230 nm to 850 nm and fluorescence emission from 280 nm to 850 nm. 6. It must allow variable bandwidth settings for fluorescence emission/excitation from 2.5 nm to 10 nm below 280 nm and 5 nm to 20 nm above 280 nm in 1 nm steps 7. It must have a fluorescence excitation/emission wavelength accuracy of plus or minus 1 nm. 8. It must have a fluorescence excitation/emission wavelength precision of plus or minus 1 nm. 9. It must include both a fluorescence excitation/emission ?top? and ?bottom? read capability. 10. Must have a minimal sensitivity, calculated according to the IUPAC standard, in top read mode to accurately and reproducibly measure a 2 picomolar fluorescein solution at a volume of100 microliters/well in 128 seconds. 11. Must have a minimal sensitivity, calculated according to the IUPAC standard, in bottom read mode to accurately and reproducibly measure a 30 picomolar fluorescein solution at a volume of 100 microliters /well in 128 seconds. 12. It must read 4 channels in parallel simultaneously in absorbance mode. 13. It must be equipped with a double quadruple monochromator for absorption mode spectral detection. 14. It must include a range of spectral recording for absorbance detection from 230 nm to1000 nm. 15. It must allow variable bandwidth settings for absorbance of 2.5 nm below 280 nm and 5 nm above 280 nm in 1 nm steps. 16. It must have an absorbance wavelength accuracy of plus or minus 1 nm. 17. It must have an absorbance wavelength precision of plus or minus 1 nm. 18. It must allow a range of absorbance measurement from 0 to 4 ODs. 19. It must have minimal absorbance accuracy as measured from absorption between 0 and 2 ODs at 492 nm of plus or minus 1 percent and 0.006 OD. 20. It must have minimal absorbance precision as measured from absorption between 0 and 2 ODs at 492 nm of plus or minus 0.5 percent and 0.005 OD. 21. It must have an autofocus capability along the z-axis or height of the well and provide internal auto spectral correction. 22. It must have automated wavelength calibration. 23. It must allow data collection in a range of temperatures from Ambient plus 4 degrees Celsius to 42 degrees Celsius. 24. It must have linear and orbital shaking capability of the microplate in 3 velocities. 25. It must accommodate 6, 12, 24, 48, 96, 384 and 1536 well plate formats. 26. It must allow fast scanning at a fixed wavelength for absorbance or fluorescence ? a 384 well plate in 25 seconds or less. 27. It must allow high speed recording of excitation and emission fluorescence spectra in a fast scanning mode ? acquisition of a 450 nm to 550 nm spectral range in 5 nm steps of a 384 well plate in 321 seconds or less. 28. It must be fully modular and upgradeable to allow additional measurement options such as luminescence detection, time-resolved fluorescence and fluorescence polarization to be added in the future. The Contractor shall state the warranty coverage provided for the equipment. Please submit all questions in writing to: andrew.perry@nist.gov Delivery shall be FOB Destination. Delivery shall be completed 30 days after receipt of order. FOB DESTINATION MEANS: The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Award shall be made to the quoter who: (1) Meets all required technical specifications as determined by a review of documentation submitted in accordance with this solicitation; and (2) Quotes the lowest price. Quotes shall include the manufacturer, make and model of the products, manufacturer sales literature or other product literature which addresses all specifications, and clearly documents that the offered products meet or exceed the specifications stated above. The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offeror Representations and Certifications?Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 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: (14) 52.222-3, Convict Labor; (15) 52.222-19, Child Labor?Cooperation with Authorities and Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (18) Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (24) 52.225-3; Buy American Act ? Free Trade Agreements ? Israeli Trade Act; (26) 52.225-13 Restriction on Certain Foreign Purchases; and (31) 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. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001 and all technical evaluation criteria, 2) A Description of the commercial warranty; and 3) one copy of the most recent published price list. All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Andrew Perry, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. ***Submission must be received by 5:00 p.m. local time on January 30, 2006. ***E-MAIL QUOTES WILL BE ACCEPTED, however, must include all required information. Fax quotes shall not be accepted.
 
Place of Performance
Address: Contractor's Site
 
Record
SN00968015-W 20060120/060118211755 (fbodaily.com)
 
Source
FedBizOpps 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.