Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2006 FBO #1712
SOLICITATION NOTICE

66 -- Thermal Cycler

Notice Date
8/2/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Contracts Management Section., 2890 Woodbridge Avenue, Edison, NJ 08837
 
ZIP Code
08837
 
Solicitation Number
RFQ-NY-06-00014
 
Response Due
8/22/2006
 
Archive Date
9/22/2006
 
Description
NAICS Code: 334516 NAICS Code: 334516 NAICS Code: 334516. this is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation is issued as Request for Quotation No. RFQ-NY-06-00014. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 05-11. The NAICS code for this solicitation is 334516. The size standard is 500 employees. Please include in the quote package a completed form SF1449 which can be found at www.gsa.gov/forms/ , required provisions, descriptive literature and a schedule of prices for the following items: (1) Real Time Polymerase Chain Reaction Thermal Cycler. (2)Laptop Computer. (3) Training Course. The United States Environmental Protection Agency (EPA) Region II laboratory has a requirement for a Real Time Polymerase Chain Reaction Thermal Cycler that meets the following specifications: (1) Minimum capacity of 32 independently programmable reaction sites; (2) Each site must have the capability to perform different cycling protocols allowing a minimum of 32 different tests to run simultaneously; (3) Each site has capacity for multiplexing with detection of up to four targets within a single sample; (4) Capability to perform multiple experimental runs at different times by different users; (5) Each site must maintain temperature specifications established with National Institute of Standards Technology traceable standards as follows: Temperature accuracy: +/- 0.5 degrees C from 60 degrees C to 95 degrees C, Temperature duration accuracy: 1.0 sec from programmed time, Heating ramp rates (max): 10 degrees C/sec from 50 degrees C to 95 degrees C, Cooling ramp rates (max): 2.5 degrees C/sec from 95 degrees C to 50 degrees C, Melt curve programmable ramp rates: 0.1 degree C/sec to 1.0 degree C/sec; (6) Capable of using various detection chemistries including TaqMan(R) and Molecular Beacons probes, Amplifluor(TM) and Scorpian(TM) primers, and intercalating dyes; (7) Assays/test kits and protocols available from manufacturer (i.e., Laboratory is not required to develop the specific primers/probes) to identify and quantify the following microbes in water samples: E.coli, Enterococcus, Lactococcus; (8) Minimum two year service warranty to include parts, labor, shipping costs and calibration; (9) Three-day on-site training course to include system operation, maintenance and troubleshooting; (10) Laptop computer with Windows-based operating system and software to perform the following: (a) Optically monitors each independent reaction site as fluorescent signals develop with real time display of growth curves and temperature profiles; (b) Ability to compare runs in real time; (c) Qualitative and quantitative analysis; (d) Primary growth curve analysis; (e) Calculation of linear standard curve from serial dilutions; (f) Export graphs as JPEGs; (g) Export data into Microsoft Excel; (h) Data analysis files generated are storable on a re-writable CD. Delivery of the item shall be FOB Destination within 30 days after receipt of order. Delivery, inspection and acceptance will be at the U.S. EPA, 2890 Woodbridge Ave., Bldg. 209, Edison NJ 08837. Offerors are allowed to propose more than one instrument(s) that will meet or exceed the technical specifications outlined above. Each system will be evaluated as a separate offer. The EPA intends to issue a purchase order to the responsible offeror, whose offer conforming to this solicitation will be most advantageous to the government, price and other factors considered. Note: Vendors doing business with the Federal Government are required to be registered in the Central Contractor Registration (CCR) database. Registration information can be found at www.ccr.gov. The following factors, in descending order will be used for evaluation purposes: (1) Level of automation of the proposed instrument that provides the most capacity and efficiency in the analytical process (2) Flexibility of the unit design that leads to more efficient operation including the use in environments other than in a laboratory (3) Price. Offerors must include sufficient material descriptive literature to permit the Government to determine that the proposed instrument will meet the technical specifications above. The Federal Acquisition Regulations (FAR) provisions at 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, must be included with the offer. FAR clause 52.212-4, Contract terms and Conditions--Commercial Items, applies to this acquisition. The following additional FAR clauses which are cited in Clause 52.212-5 are applicable to this acquisition: 52.222-21, Prohibition of Segrated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 51.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.225-1, Buy American Act--Supplies, 52.232-33. Payment by Electronic Funds Transfer-Central Contractor Registration. FAR Commercial Buy Clauses can be found at www.epa.gov/oamrtpnc/spclaus/index.htm. All technical questions are to be forwarded via e-mail address: lamela.yolanda@epa.gov. Please submit quotations to Yolanda Lamela, U.S. Environmental Protection Agency, 2890 Woodbridge Ave., Edison, NJ 08837. Quotations are due by August 22, 2006 at 1:00 pm EDT. No telephonic or faxed requests will be honored.
 
Record
SN01104735-W 20060804/060802221917 (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.