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 -- PCR system

Notice Date
5/22/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
 
ZIP Code
72079-9502
 
Solicitation Number
FDA-SOL-08-00676
 
Point of Contact
Nicholas E Sartain,, Phone: 870-543-7370
 
E-Mail Address
nick.sartain@fda.hhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) 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 a written solicitation will not be issued. This requirement is being issued in conjunction with FAR 13.5 Simplified Acquisition Procedures, as applicable. The solicitation number is FDA-SOL-08-00676. This solicitation is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-25. The associated North American Industry Classification System (NAICS) Code is-334516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. The Food and Drug Administration is soliciting for an integrated Real-Time PCR System. The instrument will be used by researchers to quantitate gene expression analysis. The instrument will be used in tandem with an IQ5 Real-Time PCR System, which the offered instrument must be compatible. Requirements for the instrument/system are as follows: 1. Thermal gradient capability to perform at multiple temperatures during a single assay. Engage at temperatures differences of up to 24C front-to-back. 2. Peltier-driven thermal cycler feature for maximum ramping speed of 5C/sec with an average ramp rate of 3.3C/sec. 3. Multiple options for data analysis and presentation. 4. Advanced gene expression analysis methods that include publication-quality statistics and graphs. 5. Flexible allelic discrimination analysis tool that allows automatic sample identification in genotyping experiments. 6. Embedded tool for end-point fluorescence analysis. 7. Detects ≤ 10 fmol of fluorescein. 8. The system is to include operating PC and software. 9. System includes an automated lid that opens, closes and can apply sealing force to reaction wells. 10. Sample block temperature accuracy must be within programmed target at 90C, with uniformity of +0.4C within 10 seconds of arrival at 90C. 11. Optical system allows excitation and detection of up to five fluorescent dyes in a single reaction well. 12. Optical Shuttle independently illuminates and detects fluorescence from each well. The System must use 6 filtered LEDs for illumination and differentially detects emission using 6 filtered photodiodes (one for each channel). 13. Optical Shuttle excites fluorescent dyes with absorption spectra in the 450-684 nm range; detects dyes with emission spectra in the 515-730 nm range. 14. Has a linear dynamic range of 10 orders of magnitude for detection of input samples Scheduled items include: 1. Instrument that meets the above requirements 1 each 2. Instrument installation and training 1 each Contract Type: Commercial Item-Firm Fixed Price. Simplified acquisition procedures will be utilized. FOB Point destination. To be delivered 60 days or less after receipt of order (ARO). FOB Point of Delivery for Services and Supplies will be the FDA/NCTR located at 3900 NCTR Road, Jefferson, AR 72079-9502. Payment terms net 30 days. Standard commercial warranty is required. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i)Technical capability of the items/service offered to meet the Government’s requirement. (ii) Past Performance (iii) Price. Technical and Past Performance, when combined are equal when compared to price. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product and service offered meets the Government's requirement. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the product and/or service meets the technical requirements. Offerors shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The government reserves the right to make an award without discussions. Past Performance information to include recent and relevant contracts for the same or similar items (including contract numbers, points of contact with telephone numbers and other relevant information). The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors shall complete and return a copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act-Supplies," the offeror shall so state and shall list the country of origin. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following agenda have been attached to the clause. None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-1, 52.225-13, and 52.232-33. The following additional provisions and/or clauses apply: 52.204-7. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov/far/ CCR Requirement - Company must be registered in the Central Contractor Registration (CCR) system 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. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. It is the offeror's responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any). An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. All responsible sources may submit an offer, which shall be considered. The offer must reference solicitation number FDA-SOL-08-00676. The Offers are due in person, by postal mail, fax or email to the point of contact listed below on or before June 4, 2008 by 13:00 hours (Central Standard Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OSS/OFFAS, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact Nick Sartain at (870) 543-7370, FAX (870) 543-7990 or email nick.sartain@fda.hhs.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0cced478c085939e55e4666a459beb37&tab=core&_cview=1)
 
Place of Performance
Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN01579490-W 20080524/080522221023-0cced478c085939e55e4666a459beb37 (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.