Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SOLICITATION NOTICE

66 -- MAGNETIC PARTICLE PROCESSOR

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor, Minneapolis, MN, 55403, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-6395-S-07-0076
 
Response Due
9/14/2007
 
Archive Date
10/15/2007
 
Description
Combined Synopsis/Solicitation for Magnetic Particle Processor for 96-well plate DNA/RNA Extraction (i) This is a combined synopsis/solicitation for commercial supplies prepared in accordance with Federal Acquisition Regulation (FAR) 12.6 ?Streamlined Procedures for Evaluation and Solicitation for Commercial Items? and FAR 13.106 ?Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation.? as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price commercial supply contract. (ii) Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. (iii) This requirement is being offered under full and open competition. All responsible and responsive offerors will be considered for award. The NAICS Code is 423490. (iv) This requirement is for the United States Department of Agriculture (USDA) Animal Plant Health Inspection Service (APHIS), National Animal Health Laboratory Network (NAHLN), an association of Veterinary Diagnostic labs which have been authorized by the USDA APHIS Veterinary Services to perform certain diagnostic tests for VS surveillance programs and in the event of a disease outbreak. (v) This combined synopsis/solicitation is issued as a request for quotation (RFQ). (vi) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.arnet.gov/far/ (vii) REQUIREMENT AND QUANTITIES: This requirement consists of three line items: CLIN 01 - Three (3) Magnetic Particle Processors for 96-well plate DNA/RNA Extraction and the complete equipment components for each piece of equipment to perform the processes described below in section (x) CLIN 02 ? Shipping of the equipment to the FOB destination. CLIN 03 ? Installation and start up the equipment as well as training the staff on the use of the equipment. This equipment will be distributed to multiple laboratory locations in the United States. The actual locations will be determined at a later date. Actual travel costs, if any that are charged to the government under CLIN 03 will be reimbursed at the rates provided in the Federal Travel or Joint Federal Travel Regulations and travel must be in accordance with Federal Government Travel Regulations. (viii) The selected contractor must be able to deliver all requested equipment within sixty (60) days from receipt of the award document. Deliverables and acceptance of deliverables for the three particle processors will be FOB destination USDA, NVSL, 1800 Dayton Avenue in Ames, IA 50010. (ix) The PERIOD OF PERFORMANCE for this contract is from date of award through delivery of all the equipment. (x) OBJECTIVES: The diagnostic tests performed by the NAHLN have been validated for specific pieces of laboratory equipment and sets of diagnostic reagents. The NAHLN laboratories are expected to only perform the diagnostic tests according to the Standard Operating Procedures (SOPs) that outline the type of equipment and reagents to use. The current goal of the NAHLN is to increase diagnostic testing capacity and capability for Foreign Animal Diseases (FADs) to enhance veterinary diagnostic preparedness in the event of a FAD outbreak in domestic livestock or poultry. With the elevated national concern and apprehension of the introduction of highly pathogenic Avian Influenza into the United States, the NAHLN has been directed by the USDA to double the current diagnostic testing capacity for the real time RT-PCR (real time Reverse-Transcriptase Polymerase Chain Reaction) assay. The NAHLN will accomplish this goal by providing laboratory equipment to approved NAHLN laboratories that increase the platform for the real time RT-PCR assay from single wells to 96 well plates. One specific piece of necessary equipment is a magnetic particle processor capable of automatically performing the sample preparation steps of DNA/RNA (Ribonucleic Acid) extraction in the 96 well plate format. This statement of work is to define a semi-automated system for performing the 96 well plate platform viral RNA extraction method on the Avian Influenza real time RT-PCR assay. Although this process can be accomplished manually, it is more efficient for the laboratory performing this assay if a piece of laboratory equipment performs the steps of this extraction process. (xi) TECHNICAL SPECIFICATIONS: Each magnetic particle processor must meet the following technical specifications in order to be technically acceptable. ? Because the approved extraction kit for the 96 well plate uses the Ambion? MagMAX? paramagnetic beads, the selected equipment must be a magnetic particle processor. ? Must be able to process Ambion? MagMAX? paramagnetic beads included in the AI/ND Viral RNA Isolation Kit ? Must be able to utilize a 96-well microplate for PCR applications ? Must allow processing through a minimum of 5 reagents (lysis, purification, elution, etc.) ? Must allow software programming functionality for multiple protocols and multiple processing steps in each protocol including: incubation, capture / collection of paramagnetic beads, washing with rinse solution, elution of purified material from magnetic beads, and transfer of purified material into 96-well PCR amplification plate. ? Must be able to shake/agitate contents of each well during incubation ? Software must be compatible with Microsoft XP operating system ? Must achieve at least 90% collection recovery of the magnetic particles in each well at each process step ? Must not allow carry over of reagents from plate to plate or cross contamination of beads from well to well. ? Must be able to process one plate of 96 samples through the complete procedure in 30 - 45 minutes. ? Must have a 1 year warranty for all parts, labor, travel and include installation, start up training, and support for validated applications. The contractor must include in their services, travel to the sites to install and start up the equipment and train the staff on the use of the equipment. ? The magnetic particle processor must be able to manipulate multiple 96 well plates filled with different reagent solutions so that the paramagnetic beads (with viral RNA bound to them) can be lifted from one reagent plate to another. There can be no mixing of materials (reagents or beads) from one well to another on the same plate. This is typically accomplished with a magnetic particle processor head that contains 96 magnetic rods. Therefore a separate magnetic rod will contact each separate well on the 96 well plate. In addition to the technical specifications described above, the magnetic particle processor must be able to perform the following protocols are listed here: (a) insert a protective covering over each of the magnetic rods i.e. plastic tip cover; (b) allow for the 96 well initial sample plate to be loaded into the equipment; (c) allow a 4 minute incubation and gentle mixing cycle for the initial sample plate with lysis buffer, magnetic beads, and diagnostic samples to allow viral RNA binding ? total well volume of 171ul; (d) collect the beads from each well from the initial viral RNA binding step and allow 2 minutes for capture; (e) transfer and release the beads into to a plate with the wash solution I and allow to incubate and gently mix for 30 seconds ? total well volume of 100ul; (f) collect the beads from each well from the wash solution I step and allow 1 minute for capture; (g) transfer and release the beads into a plate with wash solution II and allow to incubate and gently mix for 30 seconds ? total well volume of 100ul; (h) collect the beads from each well from the wash solution II step and allow 1 minute for capture; (i) transfer and release the beads into a second plate with wash solution II and allow to incubate and gently mix for 30 seconds ? total well volume of 100ul; (j) collect the beads from each well from the second wash solution II step and allow 1 minute for capture; (k) allow the beads to dry for 2-5 minutes by shaking in open air; (l) transfer and release the beads into a final plate with the elution buffer solution and allow to incubate with gentle mixing for 4 minutes ? total well volume of 50ul; (m) collect the beads from each well from the final elution step and allow 2 minutes for capture; (n) discard the beads and protective magnetic rod coverings into a separate container. (xii) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (xiii) The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. A trade off process will be used to evaluate quotes. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. The following factors in descending order of importance shall be used to evaluate offers: Technical capability, past performance and price. Technical Capability: The government will determine how well the offeror?s proposed equipment meets the government?s technical specifications. Technical considerations will include the following: The equipments ability to: process Ambion? MagMAX? paramagnetic beads included in the AI/ND Viral RNA Isolation Kit, and vendor of magnetic particle processor must agree to support the use of the Ambion? MagMAX? paramagnetic beads included in the AI/ND Viral RNA Isolation Kit for the validated NVSL Standard Operating Procedure; utilize a 96-well microplate for PCR applications; processing through a minimum of 5 reagents (lysis, purification, wash buffers, elution, etc.); shake/agitate contents of each well within the plate? during incubation steps; does not allow carry over of reagents from plate to plate or cross contamination of beads from well to well; achieve at least 90% collection recovery of the magnetic particles in each well at each process step; software is compatible with Microsoft XP operating system; allow software programming functionality for multiple protocols and multiple processing steps in each protocol including: incubation, capture / collection of paramagnetic beads, washing with rinse solution, elution of purified material from magnetic beads, and transfer of purified material into 96-well PCR amplification plate; process one plate of 96 samples through the complete procedure in 30 - 45 minutes; warranty and service plan provided. Please provide information on the warranty and service plan provided. Past performance is a measure of the degree to which an offeror has satisfied customers in the past, and complied with federal, state, and local laws and regulations. The assessment will consider the firm?s record of conforming to specifications and to standards of good workmanship / customer service; adherence to contract schedules, including administrative aspects of performance; providing prompt and accurate service/timeliness; compling with Federal, state, and local laws and regulations. In accordance with FAR 52.212-1 (b) (10) ? regarding past performance, references are requested. Each offeror must submit references which are either current or recent customers. Please provide the name, address, phone number, fax and email for each reference. (xiv) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far. (xv) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xvi) The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.219-8 Utilization of Small Business Concerns; 52.222-3 Convict Labor; 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 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?Free Trade Agreements?Israeli Trade Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xvii) Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 03:00 PM CST, September 14, 2007. Please reference the quote number on your documents. Quotes may be mailed to the above address, faxed to 612-370-2106 or e-mailed to: larry.d.nelson@aphis.usda.gov. (xviii) The assigned Contracting Officer is Larry Nelson who may be reached at larry.d.nelson@aphis.usda.gov, (612) 336-3225 or by fax at (612) 370-2106. (ixx) A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for line items, CLINS 01, 02, and 03 which includes all costs for providing the required equipment. All overhead and ancillary costs associated with the equipment will be assumed by the Contractor, and should be factored into the quote. Therefore, this quote shall include all costs associated with the equipment with the exception of travel costs which, if applicable, will be determined based on the laboratory location and will paid on a separate purchase order. 2) Signature of the offeror on the page which lists the price. 3) A detailed narrative addressing how your company?s equipment meets the technical specification requirements outlined in this combined synopsis/solicitation. You should address the technical evaluation criteria listed in 52-212-2. Quotes should be of sufficient detail to determine their adequacy. 4) References as requested above in 52.212-2. 5) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or confirmation that this has been completed on-line. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.
 
Place of Performance
Address: 1800 Dayton Ave, Ames, IA
Zip Code: 50010
Country: UNITED STATES
 
Record
SN01398414-W 20070909/070907220557 (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.