Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2008 FBO #2371
SOLICITATION NOTICE

66 -- SYNERGY2 WATERS IIPLC SYSTEM

Notice Date
5/22/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
1043795-08-DH
 
Point of Contact
Debbie Hammond,, Phone: (301) 827-7157
 
E-Mail Address
debbie.hammond@fda.hhs.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 1043795-08-DH. This acquisition is issued as a Request for Quotation. The solicitation document and incorporated provisions and clause s are those in effect through Federal Acquisition Circular 2005-12. (iv) The associated NAICS code is 423440. The small business size standard is 500. The Food and Drug Administration proposes to acquire a the following system: 0001 - Synergy2 Waters IIPLC System including installation in accordance with the following specifications: The following attributes are specifications for a microplate reader with multi-detection capabilities for reading Absorbance, Fluorescence Intensity (FI), Fluorescence Polarization (FP), and Luminescence: *The new system must be compatible with existing Bio-Tek instruments currently in the lab facilitating better utilization of existing equipment. The hardware and software need to be integrated to allow for greater flexibility. *The system must be modular in design for adding additional detection capability at a later date, such as Time Resolved Fluorescence (TRF) option. * The system footprint must be no larger that 43.5 cm lenth x 44.5 cm width x 37.2 cm height due to the very limited space that is available in the laboratory. *The instrument must be capable to accomodate a variety of plate types and configurations we use for the different assays performed in this laboratory. These include plates with the following: Regular polycarbonate plates with 6-, 12-, 24-, and 384-wells; PCR Plates; Luminescence plates with 6-, 12-, 24-, 96-, and 384- wells. *The wavelenght selection for Fluorescense reading must have deep blocking interference filters and dichroic mirrors that would enable blocking stray light. For Absorbance detection must utilize a monochromator so that the wavelength selected is within precise measurements. *Because this equipment will be shared as a common resource for several labs, we require flexibility with respect to the potential operating range of the assay, thereby reducing the need for additional capitol equipment purchases. Therefore, we require a large dynamic operating range for each of the detector options, as follows: Fluorescence (0-99,999 RFU) Luminescence (0-6,500,000 RLUP; Absorbance (0.0-4.0 OD). *Due to the very sensitive types of analyses we perform, we require sensitivity down to the following levels for a 96-well plate: Fluorescense Intensity (1pM in 200uL); Fluorescence Polarization (3mP in 200uL); Luminescense (10amol/well flast intensity). The technical response must provide at least two references of Item No. 0001 being quoted, with preference for a configuration closest to the one be offered. The proposal must include published specifications that support the specifications for Item No. 0001. The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical demonstration that the offer has satisfied the specifications, and requested information under 52.212-1 is provided. Past Performance (see 52.212-1 above for specific past performance information is required and Price. Technical is considered to be equal in weight to Past Performance and Price. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, Offeror Representations and Certifications -Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Central Contractor Registration (OCT 2003); 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-8, Utilization o f Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2) and (3)); 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212) 52.222-36. Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332); 52.232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332); )The contractor shall forward invoices to the addresses below in a simultaneous mailing: (1) The original and two (2) copies of the invoice to the Food and Drug Administration. The address is: 12345 Parklawn Drive, Rockville, Maryland. (2) One copy to the Government s Technical Representative, addressed to: TO BE PROVIDED AT TIME OF AWARD, NOTE: All invoices must identify the CLIN under which payment is bein g requested. INVOICES WHICH DO NOT IDENTIFY THE PROPER CLIN(s) AND PROPER PURCHASE ORDER NO. WILL BE REJECTED BY THE PAYMENT OFFICE AS IMPROPER. (End of clause) 52.032-4418 Tax Exemption Certificate (SEP 1999) Exemption certificate number 30005004 covers exemption from Maryland retail sales and use tax. (End of clause) 52.032-4427 Electronic Submission Of Invoices Payment By DFAS (AUG 2006). The invoice must include all of the following: 1. Name and address of the Contractor. 2. Invoice date. (The contractor is encouraged to date invoices as close as possible to the date of the mailing or transmission.) 3. Contract number or other authorization for supplies delivered or services performed (including order number and co ntract line item number.) 4. Description, quantity, unit price, and extended price of supplies delivered or services performed. 5. Shipping and payment terms (e.g., shipment number and date of shipment, prompt payment discount terms.) 6. Name and address of Contractor to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment.) 7. Name (where applicable), title, telephone number, and mailing address of person to be notified in the event of a defective invoice. 8. Name of the cognizant COR listed in the contract. 9. Any other pertinent information or documentation required by the contract (such as evidence of shipment.) (End of clause) CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Offers shall be submitted no later than 2:30 PM local time on May 27, 2008 at the following address: Food and Drug Administration Attn: HFA-500, D. Hammond, Room 2008 5630 Fishers Lane Rockville, MD 20857 Contact Debbie Hammond on 301-827-7157 for information regarding this solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a562a3b24a1093485e343ba3a151f33c&tab=core&_cview=1)
 
Place of Performance
Address: FOOD AND DRUG ADMINISTRATION, 8800 ROCKVILLE PIKE, ROCKVILLE, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01579448-W 20080524/080522220930-a562a3b24a1093485e343ba3a151f33c (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.