Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2008 FBO #2308
MODIFICATION

66 -- MICROPLATE READER INSTRUMENT

Notice Date
3/20/2008
 
Notice Type
Modification
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive Room 1B59, Bethesda, MD, 20892, UNITED STATES
 
ZIP Code
20892
 
Solicitation Number
RFQ453989
 
Response Due
3/28/2008
 
Archive Date
4/12/2008
 
Point of Contact
Kathleen Gregory, Contract Specialist, Phone 301-435-2238, Fax 301-480-1358
 
E-Mail Address
gregoryk@nida.nih.gov
 
Description
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; proposals are being requested and written solicitation will not be issued.This solicitation number is RFQ453989 and solicitation is issued as request for quotation (RFQ).The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. Delivery and acceptance will be at Bethesda, Maryland. The National Institute on Drug Abuse on behalf of the National Institute of Neurological Disorders and Stroke has requirement for a microplate reader with a softmax pro software. Specification (1) The microplate must have 6- to 384- well microplate capabilities for all 5 modes (ABS, FI, TRF,FP,LUM). (2) Must have dual monochromators for turnable FP wavelength selection between 400 nm and 750 nm for excitation and emission wavelengths. (3) Must have dual monochromators for turnable FI, TRF wavelength selection between 250 nm and 850 nm for excitation and emission wavelengths and turnable luminescence between 250 nm and 850nm. (4) Must have turnable absorbance wavelength selection between 200 nm and 1000 nm, must have both top and bottom reading optics for improved sensitivity in our cell based assays. (5) Must have a 4 nm absorbance bandwidth for superior peak resolution and increased accuracy of measurements for narrow bandwidth samples. (6) Must have automatic PMT setting to adjust the optimum voltage for each well sample concentration and then normalize the raw data to show RFU values. Wells are selectivity reread at the optimal PMT setting, Photo-bleaching is eliminated because wells are not read unnecessarily. (7) must have dual PMTs; an enhanced, low background PMT for high sensitivity luminescence measurements including luciferase-based reporter gene assays and a separate digital/analog PMT for fluorescence reads. (8) Must have increased throughout for fast kinetic assays when 8 or 16 wells of microplate are analyzed simultaneously rather than one well at a time. (9) Must simultaneously transfer from 96 or 384 distinct well of compound from a designated source microplate to the read plate via 8- or 16- channel pipettor. (10) Must be able to optimize dispense parameters for each addition. (11) Must include one year warranty,covering parts and labor. This includes allowing up to 3 additions per well, trituration (mixing of well contents through repeated aspiration and dispensing) of the source plate to resuspend compounds or quickly mix reagents in read plate to promote an even, rapid response. Specific evaluation criteria: (1) Ability to meet technical requirements (2) ability to deliver on time and within specification. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation Commercial Items, is applicable. Offers will also be evaluated on best value in relation to price. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. Clause at 52.212-4, Contract Terms and Condition Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, applies to this acquisition. The quotations are due March 28, 2008 12:00 PM Est and will be submitted to Kathleen Gregory, Contract Specialist, 31 Center Drive, Room 1B59, Bethesda, Maryland 20892. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/HHS/NIH/NIDA-2/RFQ453989/listing.html)
 
Place of Performance
Address: Bethesda, MD
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01538210-F 20080322/080321001053 (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.