SOLICITATION NOTICE
66 -- Imaging System
- Notice Date
- 9/7/2007
- 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
- Reference-Number-RML-RFQ-7017
- Response Due
- 9/21/2007
- Archive Date
- 10/6/2007
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; open market quotes only will be accepted & a written solicitation will not be issued. Submit offers on RML-RFQ-7017. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19 dated 08/17/2007. This acquisition will be processed under FAR Part 12, Simplified Acquisition Procedures (SAP) and is not a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 334516 and the small business size is 500. The Rocky Mountain Laboratories has a need for an Imaging System. The system must be capable of 1)Detecting chemiluminescence, as produced in the context of immunoblotting applications. 2)Must be capable of radioisotopic detection using storage phosphor screens. The screens must be compatible with those used on our existing Storm phosphorimager instrument as we currently have in the laboratory. 3)Must be a large format (35 x 43 cm) scanning area for scanning both large gels and large numbers of smaller samples. 4) The system must be capable of fluorescence detection over a wide range of wavelengths using laser based excitation. 5)It must be able to efficiently excite and detect fluorophores essential to our work including Attophos (in enhanced chemifluorescence immunoblotting), Alexa Fluor dyes (488, 568, 647, and 680), FlAsH, CyDyes (Cy3, Cy5), Thioflavin T, fluorescent proteins (eGFP, mCherry), SYPRO Ruby, and Deep Purple. 6)It must also possess the flexibility to be modified for optimal detection of various fluorophores as required by allowing for addition of user-defined emission filters. 7)The system must allow imaging with user-specified combinations of any excitation wavelength and emission filter via adjustments made through a software interface as opposed to requiring manual manipulations of filters. 8)Must exhibit highly sensitive and specific multiplex fluorescence detection of samples in multiple formats including 96-well plates, microarray chips, gels, and on membranes. 9)Must be capable of scanning samples of different thicknesses (e.g. thick gels and membranes). Quotes shall include on site installation and training by a licensed dealer complete with full manufacturer?s warranty on all components. FOB Point shall be Destination, Hamilton, MT. Delivery location is Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT. The following FAR provisions and clauses apply to this acquisition: By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database at web site http://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; By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall have posted their FAR 52.212-3 Offerors Representations and Certifications Commercial Items at website http://orca.bpn.gov.; 52.212-1 Instructions to Offerors Commercial; FAR52.212-2 Evaluation Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, FAR 52.204-9 Personal Identity Verification of Contractor Personnel. Award will be based on the capability of the item offered to meet the above stated salient characteristics, price, delivery, past performance, warranty, and are advised that award will be made to the vendor whose proposal provides the best overall value to the government. Offers may be mailed to Fawn Hess at Rocky Mountain Laboratories, 903 South Fourth Street, Hamilton, MT 59840, e-mailed to fhess@niaid.nih.gov or faxed to the POC indicated above (406-363-9376). Offers must be submitted not later than 4:00 PM (MDST) 09/21/07. Copies of the above-referenced clauses are available upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
- Place of Performance
- Address: Rocky Mountain Laboratories, 903 South Fourth Street, Hamilton, MY
- Zip Code: 59840
- Country: UNITED STATES
- Zip Code: 59840
- Record
- SN01398492-W 20070909/070907220723 (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 |