Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2007 FBO #2063
SOLICITATION NOTICE

66 -- DNA Engine Tetrad 2 Thermal Cycler and Alpha Units

Notice Date
7/19/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Ord Service Center/Nheerl, Rtp Procurement Operations Division, Research Triangle Park, NC 27711
 
ZIP Code
27711
 
Solicitation Number
RFQ-RT-07-00175
 
Response Due
7/30/2007
 
Archive Date
8/30/2007
 
Description
NAICS Code: 334516 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. QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is RFQ-RT-07- 00175 and the solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-15. The associated North Industry Classification System (NAICS) is 334516 and the size Standard is 500 employees. Full and open competition procedures will be utilized. A firm, fixed price purchase order using Simplified Acquisition Procedures is anticipated to result from the award of this solicitation. This procurement is for the acquisition of: Line Item 1: Quantity one (1) DNA Engine Tetrad 2 Thermal Cycler, Chassis onlysearch Branch is requesting a high-capacity (384-samples), high quality thermalcycler to support the growing number of samples to be processed in support of the Invasive Species, Biotech and DNA ID Projects. Particularly due to the infrastructure replacement project of the instrument must be very small relative to the number of samples that can be processed simultaneously. In order for several researchers to be able to use this thermalcycler, and in the event that services is needed for one block, each sample block must be independently heated and controlled. In addition, a Temperature gradient feature is required for testing of multiple annealing temperature within the same PCR run. Line item 0001 : Quantity one (1) Each, DNA Engine Tertrad 2 Thermal Cycler, Chassis only,(BIO RAD PTC-0240G or Equal). Line item 0002: Quantity of four (4), Alpha, engine 96 V-well, (BIO RAD ALS1296 or equal). Must meet the following specification: (1) Must utilize thermoelectric Peltier-Joule heat pump modules to perform all heating and cooling over the full temperature range of -5 degree celsius to 105 degree celsius; (2) Heat pump assemblies must be quickly user-interchangable, requiring less than 10 seconds and no tools. Each assembly must be precailbrated to a NIST-traceable standard. This calibration must not be affected by repeated block change;(3) Must accept 4 heat pump assemblies into a single base and allow each heat pump assembly to perform completely independent thermal cycling reactions; (4) Must allow the option to have four independently-controlled sample blocks (within one heat pump assembly) with independently-controlled and separate heated lids; (5) Must allow the option to purchase a least eight different formats of heat pump assemblies including 96 x 0.2ml tube or plate, 60 x 0.5ml tube, 384-well plate, 2 x 16 microscope slides, two independent 48 x 0.2 tube and two independent 30 x 0.5ml tube formats; (6) Must have temperature gradient software that is compatible with 96 x 0.2ml tube or plate heat pump assembly; (7) Must deliver a very high level of temperature accuracy and well-to-well uniformity of at least +/-0.4 degree celsius after 30 seconds, across the entire sample block over the full temperature range; (8) Must deliver ramp rates that average at least 2.5 degree celsius/second with a maximum of 3 degree celsius/second or greater; (9) Must be completely self-contained, requiring no external water connections or bulky vapor-compression refrigerators to achieve the entire range of temperature, block temperature, and in-sample temperature probe; (10) Must have three modes of temperature control: calculated sample temperature, block temperature , and in-sample temperature probe; (11) The base unit must measure no more than 48 x 61 x 16cm; (12) Must have the following program features: (1) must hold up to at least 1000 standard programs in memory, each program consisting of up to 50 steps, and each step can be cycled up to 9,999 times;(2) must have auto-time-extension and auto-temperature increment functions; and (3) temperature ramping rates must be easily adjustable; (13) Must have RS-232 and ethernet communication ports (14) Service Contract Agreement - 1 Year On Site (15) Delivered fob destination to Research Triangle Park, NC 27709. The Government intends to award a single purchase order to the responsible vendor whose quotation meet all the required specifications and represents the overall best value to the Government. Quotations must include sufficient material (such as narrative technical specifications, drawings, photos, brochures, demo disks, videos, etc.) to permit the government to determine that the proposed instrument will meet the required specifications. The Government reserves the right to require additional pricing information if necessary to determine that the proposed price is reasonable. The following FAR provisions shall apply to this solicitation:52.211-6 Brand Name or Equal, 52-212-1, Instructions to Offerors--Commercial Items. The following FAR clause applies to this acquisition: 52.212-4, Contract Terms and -Conditions--Commercial Items. The following additional FAR clauses which are cited in Clause 52.212-5 are applicable to the acquisition: 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated 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; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.225-1, Buy American Act--Balance of Payments Program-Supplies; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. All offers are due by July 30, 2007, 4:30 p.m., by faxed to: (919) 541-1075 or e-mailed to smith.pamela@epa.gov
 
Record
SN01347338-W 20070721/070720002512 (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.