SOLICITATION NOTICE
66 -- Real Time Polymerase Chain Reaction System
- Notice Date
- 5/21/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- 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, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- RFQ7059
- Response Due
- 5/29/2007
- Archive Date
- 5/29/2007
- Description
- This is a combined synopsis/Request for Quotes 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; quotes are being requested and a written solicitation will not be issued. This requirement is being issued as a Request for Quotes under RFQ7059. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-16. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a small business set-aside. Small Business, Disadvantage Business and Veteran owned business are encouraged to submit a quote. The North American Industry Classification System (NAICS) code for this acquisition is 334516 and the Small Business Size Standard is 500 employees. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement to procure a Real Time Polymerase Chain Reaction System. The NIAID will use the Real Time PCR system to determine the quantity of DNA or RNA interest in various samples such as, but not limited to: a) HSV sequences in human trigeminal ganglia(autopsy samples), in transgenic mice, and in experimentally infected mice: b) EBV infection in human B cells (clinical samples): c) Cytokine response to various infections: d) C. Glabrata infection and drugs resistant (clinical samples). The Real Time Polymerase Chain Reaction System shall have the following features and components: 1) System shall be an integrated system to perform both real-time PCR and post-PCR analysis: 2) Capable of analyzing 96 samples simultaneously in a 96-well plate format: 3)Specific software that collects and analyzes the fluorescence data for the application of absolute quantitation, relative quantitation, allelic discrimination- single nucleotide polymorphism detection and plus or minus assays that utilize internal positive control. Software shall be able to simultaneously visualize and analyze up to 96-well plates of gene expression data: 4) System shall support 2 homogeneous reaction chemistries, the fluorogenic 5? nuclease assay using taqman probes and the SYBR green I double stranded DNA binding dye chemistry: 5) System shall have a cooled charged coupled device camera: 6) A optical system utilizing multiple filter sets allowing multiple wavelength detection: 7) Software shall have multi-component algorithm to provide precise de-convolution of multiple dye signals to allow the simultaneous detection of multiple fluorophores with reduced crosstalk: 8) The system 5 position filter wheels shall have individual filters for use with a dedicated set of fluorescent dyes: 9) System capability of performing quantitative real time PCR applications in 40 minutes in 96-well format: 10) Capability of supporting 3 thermal cycling modes fast, standard and 9600 emulation: 11) System shall have a heating system sufficient to seal the reaction plate to ensure effective sealing and minimize reaction mixture evaporation: 12) System shall have automated oligonucleotide design software: 13) System shall have a footprint of less 237 inch square: 14) A dedicate notebook or tower computer platform running windows XP operating system: 15) System shall be UL approved: 15) Warranty of at least 12 months: 16) Installation of equipment: 17) Onsite training package: 18) Provide telephone technical support and field application support. The following Evaluation Criteria will be used to evaluate offers: a) Price and other related factors such as a trade-in may be considered: b) Technical and Professional ability to meet the government need: c) Warranty: d) Delivery. The FOB Point shall be Destination, Bethesda, Maryland, 20892. The government will award a firm fixed price purchase order to the responsible contractor. All responses will be considered by the agency. FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; Offerors must include with their offer a completed copy of the Provision FAR 52.212.3 Offeror Representations and Certifications-Commercial Items; FAR 52.212.4 Contract Terms and Conditions of Commercial Items; FAR52.212.5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders- Commercial Items; FAR 52.225-3 Buy American Act, also applies. To be considered for an award, offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201 (a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at: www.ccr.gov/ prior to award during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Copies of the aforementioned clauses are available upon request by telephone to Ms. Sheila Watterson at (301) 402-2282. All responsible sources may submit offer that will be considered by this Agency. Offers must be submitted no later than 4:00 P.M. Daylight Saving Time May 29, 2007. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive Room 2NE70A, Bethesda, Maryland 20817-4812. Electronic transmission will not be accepted. Request for information concerning this requirement are to be addressed to Ms. Sheila Watterson at (301) 402-2282. Collect calls will not be accepted.
- Place of Performance
- Address: National Institutes of Health, NIAID, Bethesda, MD
- Zip Code: 20892-0002
- Country: UNITED STATES
- Zip Code: 20892-0002
- Record
- SN01299276-W 20070523/070521220353 (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 |