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 -- Automated Liquid Handling Pipettor

Notice Date
5/22/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH08T0230
 
Response Due
6/5/2008
 
Point of Contact
Lucas R. Crumbacker, 301-619-1361
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items 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 is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27. This action is being set aside for small business participation. NAICS Code: 334516 Small Business Size Standard:500 employees The following items are required: 1 ea., automated liquid handling pipettor. The following requirements are the minimum essential characteristics for an automated liquid handling pipettor: 1.Robotic machine that can pipette volumes ranging from 1 ul to 200 ul with high accuracy (variance less than 1%). 2.Capable of filling a 96 well plate in less than 20 minutes. 3.Programmable software that can direct the assembly of complete PCR mixes in one run from different sized and shaped tubes. 4.Capable of generating log files that record all aspects of the system activities; log files must be linked to individual sample data and operator name and be readily accessible to the operator. 5.Capable of performing multiple, programmable deck conformations and compatibility with numerous sizes of tubes, 96 well plates, and troughs. 6.Capable of handling 6 x 96 well plates on the deck simultaneously and a combination of reagent blocks with custom configurations. 7.Equipped with a closing lid to prevent contamination of nearby equipment by aerosols generated by pipetting. 8.Ability to import and identify samples with barcodes for integration into our current sample tracking system. 9.Intuitive software interface with drag-and-drop programming and tutorials for training laboratory staff and ease of protocol revision and maintenance. 10.Capable of normalizing sample concentrations by calculating the required sample and diluent volumes. 11.Equipped with liquid sensing technology to track the meniscus of a sample to minimize tip retention of sample and increase pipetting accuracy. 12.Programmable, variable pipetting speeds to adjust for viscous liquids. 13.Real-time data output must be accessible by the operator during operation. 14.Equipped with a ultraviolet (UV) light for automated deck sterilization between runs. When quoting, please refer to Solicitation W81XWH-08-T-0230. Send responses to Lucas Crumbacker at lucas.crumbacker@us.army.mil Delivery shall be FOB Destination. Delivery is required within 56 working days after receipt of order. The point of delivery shall be: Bldg 1425 Porter Street Fort Detrick, MD 21702 Delivery address will be included in the completed purchase order. Award shall be made to the offeror whose quote offers the lowest priced, technically acceptable offer to the Government. The following FAR provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Item (JAN 2005). The following addenda is added to FAR 52.212-1 (1) Paragraph (b), Offer shall include unit price (as applicable) and proposed delivery for item (after receipt of a contract). Packaging, Packing, Marking: Each item shall be individually packaged to provide physical and mechanical protection during shipment, long-term storage in an environmentally controlled warehouse, and subsequent shipment to the end user. Items and materials sensitive to electromagnetic fields shall be suitably protected. The internal packing material shall be sufficient to prevent damage during shipment, handling and storage. Preservation and protection shall be provided to prevent corrosion, deterioration or decay during warehouse storage for a period of one year. Each individual unit shall be marked with the vendor name, vendors part number, item name, and national stock number. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. FAR 52.212-2 Evaluation Commercial Items (JAN 1999). FAR 52.212-3 (JAN 2005), Offerors Representatives and Certification--Commercial Items. FAR 52.212-4 Contract Terms and Conditions Commercial Items (JAN 2004). FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or executive Orders Commercial Items (JAN 2005)(a)(b), FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003)(15 U.S.C. 644), FAR 52.222-3 Convict Labor (JUN 2003)(E.O.11755), FAR 52.222-19 Child Labor Cooperation with Authorities and remedies (JAN 2004)(E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (APR 2002)(E.O.11246), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001)(38U.S.C.4212), FAR 52.222-36 Affirmative Action for Special Disable and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.225-13 Restrictions on certain Foreign Purchases (DEC 2003)(E.o.s., proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), FAR 52.232-33 Payment of Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). Additional clauses incorporated in this acquisition by reference include: FAR 52.213-3 Notice to Suppliers (APR 1984), FAR 52.253-1 Computer Generated Forms (JAN 1991), DFARS 252.203-7003 Control of Government Personnel Work Product (APR 1992), DFARS 252.204-7006 Billing Instructions (OCT 2005), DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005)(41 U.S.C. 10a-10d, E.O. 10582), USAMRAA 52-004-4005 Army Electronic Invoicing Instructions (FEB 2006), USAMRAA 52.027-4005 Export Contract Act Compliance (DEC 2006). Referenced FAR, DFARS, AFARS, and USAMRAA clauses and provisions can be found at www.usamraa.army.mil under the References link. Offers may be submitted on company letterhead or stationary and must include the following information: Company name, contact information, item nomenclature, item part number, NSN, unit price, payment terms and discount offered for prompt payment and must include the required FAR 52.212-3 Offeror Representations and Certification Commercial Items (JAN 2005) of which copies can be obtained by downloading the document from www.arnet.gov/far. Closing date and time for receipt of quote is June 5, 2008 at 2:00 p.m. Eastern Standard Time. Submit offer in accordance with FAR provision 52.212-1. Copies of FAR Clause 52.212-3 may be accessed via the Internet at www.arnet.gov/far. A formal notice of changes, if applicable will be issued in the FedBizzOpps (www.eps.gov) via an amendment(s). Copies of clause 52.212-3 will be provided upon offeror's request. Should you have any questions, please contact Lucas Crumbacker at 301-619-1361 or via e-mail: lucas.crumbacker@us.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=00a56c459a2920892dbd1baa8a307823&tab=core&_cview=1)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
 
Record
SN01579484-W 20080524/080522221015-00a56c459a2920892dbd1baa8a307823 (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.