Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

65 -- Certified Category III-3 Instrumentation Grade Laboratory Protection Systems (LPS)

Notice Date
8/27/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Center for Health Care Contracting, Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W74MYH82100750
 
Response Due
9/4/2008
 
Archive Date
11/3/2008
 
Point of Contact
MAJ Robert J. Strob, 210-916-6973<br />
 
Small Business Set-Aside
N/A
 
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 a written solicitation will not be issued. Solicitation W74MYH82100750 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. This acquisition is full and open under NAICS code 335311. Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand Name or Equal applies to this acquisition. Company FRANEK TECHNOLOGIES INC, Brand Name or Equal applies to the Laboratory Protection Systems listed as follows: Quantity: 1 each,Certified Category III-3 Instrumentation Grade Laboratory Protection System (LPS) for the support of two (2) ABI PRISM 3730 or 3730 XL DNA Sequencer/Genetic Analyzers with controllers(computers and monitors). VENDORS OFFERING OTHER THAN THE BRAND NAME PRODUCT SHALL MEET OR EXCEED THE FOLLOWING SALIENT CHARACTERISTICS: The LPS should be designed, rated, configured, tested and certified for the support of two (2) ABI PRISM 3730 Instruments, analytical and controller. This LPS should have a dual output design that simultaneously protects both the analytical section and the controller. Must have pluggable input & output. Input must be 208-240 VAC: Provided with NEMA L6-30P plug on a 6 foot power cord. Output must be 208 VAC & 120 VAC: Provided with (2) NEMA L6-30R and (2) NEMA type 5-20R receptacle (outlets). Maximum dimensions (inch): 26.5 H x 12.3 W x 31 D, Maximum installed weight: 295 lbs. Backup time to be approximately 6 minutes at full instrument load. Two-year factory warranty: parts &labor. Quantity: 4 each, Certified Category III-3 Instrumentation Grade Laboratory Protection System (LPS) for an Applied Biosystems PRISM 3130XL Genetic Analyzer with controller (computer and monitor). VENDORS OFFERING OTHER THAN THE BRAND NAME PRODUCT SHALL MEET OR EXCEED THE FOLLOWING SALIENT CHARACTERISTICS: The LPS should be designed, rated, configured, tested and certified for the ABI 3130XL Genetic Analyzer. This LPS should have a dual output design that simultaneously protects both the analytical section and the controller (computer and monitor). Should have pluggable input & output. Input: 208-240 VAC 60 Hz: Provided with a NEMA L6-30P plug on 6 foot power cord. Output: 208 VAC & 120 VAC 60 Hz: Provided with (2) NEMA type 5-20R and (1) NEMA L6-30R receptacles (outlets). Maximum dimensions (inch): 17 H x 11 W x 24 D; Installed weight: 130lbs.Backup time to be approximately 6 minutes at full instrument load. Two- year factory warranty: parts & labor. Quantity: 2 each: Certified Category III-3 Instrumentation Grade Laboratory Protection System (LPS) for an Applied Biosystems Prism 7500 Real-Time PCR Sequence Detector with Controller (computer & monitor). VENDORS OFFERING OTHER THAN THE BRAND NAME PRODUCT SHALL MEET OR EXCEED THE FOLLOWING SALIENT CHARACTERISTICS: The LPS should be designed, rated, configured, tested and certified for the Applied Biosystems Prism 7500 Real-Time (Fast or Standard) PCR Sequence Detector with Controller (computer & monitor). This LPS should have a dual output design that simultaneously protects both the analytical section and the controller (computer and monitor). Should have pluggable input & output. Input: 120 VAC 60 Hz: Provided with a NEMA 5-20P plug on a 6 foot power cord. Output: 120 VAC 60 Hz: Provided (6) NEMA 5-20R receptacles (outlets). Maximum dimensions (inch): 14.7 H x 7.6 W x 18.9 D Maximum installed weight: 69lbs. Backup time to be approximately 5 minutes at full instrument load. Two- year factory warranty: parts & labor. Quantity: 25 each: Certified Category III-3 Instrumentation Grade Laboratory Protection System (LPS) for two (2) Applied Biosystems 9700 GeneAmp PCR System instruments. VENDORS OFFERING OTHER THAN THE BRAND NAME PRODUCT SHALL MEET OR EXCEED THE FOLLOWING SALIENT CHARACTERISTICS: The LPS should be designed, rated, configured, tested and certified for two (2) Applied Biosystems 9700 GeneAmp PCR System instruments. Should have pluggable input & output. Input: 120 VAC 60 Hz: Provided with a NEMA 5-20P plug on a 6 foot power cord. Output: 120 VAC 60 Hz: Provided (6) NEMA 5-20R receptacles (outlets). Maximum dimensions (inch): 14.7 H x 7.6 W x 18.9 D Maximum installed weight: 69lbs. Backup time to be approximately 6 minutes at full instrumentation load. Two- year factory warranty: parts & labor. Quantity: 2 each: Certified Category III-3 Instrumentation Grade Laboratory Protection System (LPS) for an Beckman Coulter Biomek 2000 Laboratory Automation Workstation with controller (computer and monitor) VENDORS OFFERING OTHER THAN THE BRAND NAME PRODUCT SHALL MEET OR EXCEED THE FOLLOWING SALIENT CHARACTERISTICS: The LPS should be designed, rated, configured, tested and certified for the Beckman Coulter Biomek 2000 Laboratory Automation Workstation. This LPS should have a dual output design that simultaneously protects both the automation section and the controller (computer and monitor). Should have pluggable input & output. Input, 120 VAC: Provided with a NEMA 5-20P plug on a 6 foot power cord. Output, 120 VAC: Provided with (6) NEMA 5-20R receptacles (outlets). Maximum dimensions (inch): 14.7 H x 7.6 W x 18.9 D Maximum installed weight: 70 lbs. Backup time to be approximately 5 minutes at full instrument load. Two year factory warranty: parts & labor. Quantity 3 each: Certified Category III-3 Instrumentation Grade Laboratory Protection System (LPS) for a Beckman-Coulter Biomek FXP (or NX - NXP series) Laboratory Automation Workstation with controller (computer and monitor) VENDORS OFFERING OTHER THAN THE BRAND NAME PRODUCT SHALL MEET OR EXCEED THE FOLLOWING SALIENT CHARACTERISTICS: The LPS should be designed, rated, configured, tested and certified for the Beckman Coulter Biomek FXP automated workstation. This LPS should have a dual output design that simultaneously protects both the analytical section and the controller (computer and monitor). Should have pluggable input & output. Input, 120 VAC: Provided with a NEMA L5-30P plug on a 6 foot power cord. Output, 120 VAC: Provided with (6) NEMA type 5-20R receptacles (outlets).Maximum dimensions (inch): 14.7 H x 7.6 W x 18.9 D Maximum installed weight: 82 lbs. Backup time to be approximately 15 minutes at full instrumentation load. Two- year factory warranty: parts & labor. Quantity: 2 each: Certified Category III-3 Instrumentation Grade Laboratory Protection System (LPS) for Two (2) ABI PRISM 3130 or 3130XL DNA Sequencer / Genetic Analyzers and Controllers (computers & monitors. VENDORS OFFERING OTHER THAN THE BRAND NAME PRODUCT SHALL MEET OR EXCEED THE FOLLOWING SALIENTC CHARACTERISTICS: This LPS should be designed, rated, configured, tested and certified for two (2) ABI 3130 or 3130XL Analyzers. This LPS should have a dual output design that simultaneously protects both the analytical section and the controller (computer & monitor). Should have pluggable input & output. Input: 208-240 VAC: Provided with NEMA L6-30P plug on a 6 foot power cord. Output: 208 VAC & 120 VAC: With (2) L6-30R & (1) 5-20R receptacles (outlets). Maximum dimensions (inch): 26.5 H x 12.3 W x 31 D Installed Weight: 295 Lbs. Backup time to be approximately 6 minutes at full instrument load. Two- year factory warranty: parts & labor. Quantity: 1 each: Certified Category III-3 Instrumentation Grade Laboratory Protection System (LPS) for a Corbett Research / Pyrosequencing Rotor-Gene 3000" Four Channel Multiplexing System with controller (computer and monitor). VENDORS OFFERING OTHER THAN THE BRAND NAME PRODUCT SHALL MEET OR EXCEED THE FOLLOWING SALIENTC CHARACTERISTICS: The LPS should be designed, rated, configured, tested and certified for the Corbett Research Rotor-Gene 3000" Four Channel Multiplexing System. This LPS should have a dual output design that simultaneously protects both the analytical section and the controller (computer and monitor). Should have pluggable input & output. Input: 120 VAC 60 Hz: Provided with a NEMA 5-15P plug on a 6 foot power cord. Output: 120 VAC 60 Hz: Provided (6) NEMA 5-20R receptacles (outlets). Maximum dimensions (inch): 14.7 H x 7.6 W x 18.9 D Maximum installed weight: 69lbs. Backup time to be approximately 5 minutes at full instrument load. Two- year factory warranty: parts & labor. In addition to the above mentioned SALIENT CHARACTERISTICS, VENDORS OFFERING OTHER THAN THE BRAND NAME PRODUCT SHALL MEET OR EXCEED THE ADDITIONAL FOLLOWING SALIENT CHARACTERISTICS FOR ALL QUANTITIES MENTIONED FOR THE LPS SYSTEMS: 1. All LPS systems must be application specific for instrument power support where a plug and play solution is provided for each specific instrument. 2. All LPS systems must conform to IEEE/IEC 62040-3 specifications and assuring an electrical source for instruments which meet US HHS CMS (HCFA) 42 CFR Part 493 (CLIA) and FDA 21 CFR Part 11 compliance. And meets Section 510(k) 21 CFR Part 807 Sub Par E as applicable. 3. The process of certification must involve either the specific testing of the company product by the manufacturere with the specified instrument or the verification of product performance when installed for the requested specified applications. Delivery Period on or before 30 September 2008. Shipping Method: FOB Destination to Armed Forces Institute of Pathology Armed Forces DNA Identification Laboratory 1413 Research Blvd. Bldg 101, Rockville, MD 20850. Vendor shall indicate on their price quote if shipping method will be other than FOB destination. Vendors shall comply with FAR 52.211-6, Brand Name or Equal, if submitting other than the brand name products. Clause 52.211-6 (and other clauses throughout this solicitation) can be viewed by accessing website http://farsite.hill.af.mil/. FAR provision 52.212-1 [Instructions to Offerors Commercial] applies to this acquisition to include the following addenda: All offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract. Evaluation Process: The following factors will be used to evaluate quotes: 1. Technical Acceptability. In order to be considered technically acceptable, vendors must demonstrate that all items proposed (if other than brand name) meet or exceed the salient characteristics listed above. 2. Price. All proposals will be evaluated in accordance with the following criteria: Technical Capability (compliance with the requirements of FAR Clause 52.211-6 if vendor offers an Equal Product) and Price, with Technical Capability being significantly more important than Price. Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. The provision can be downloaded by accessing the website listed in this solicitation. FAR clause 52.212-4 [Contract Terms and Conditions Commercial Items] applies to this acquisition to include the following addenda: Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 Electronic Submission of Payment Requests and DFARS 252.211-7003. FAR Clause 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 52.203-6 [Restrictions on Subcontractor Sales to the Government]; 52.222-3 [Convict Labor]; 52.222-19 [Child Labor Cooperation with Authorities and Remedies]; 52.222-21 [Prohibition of Segregated Facilities] 52.222-26 [Equal Opportunity]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-36 [Affirmative Action for Workers with Disabilities]; 52.232-33 [Payment by Electronic Funds Transfer Central Contractor Registration]; The closing date and time of this solicitation is 4 September 2008, 11:00 A.M. Price quotes shall be submitted on company letterhead and signed by a company representative. Email quotes to robert.strob@amedd.army.mil or Fax quotes attention MAJ Rob Strob, Contract Specialist Fax # 210-221-5402. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. Point of contact for this solicitation: MAJ Rob Strob, Contract Specialist, telephone 210-221-4146 and e-mail robert.strob@amedd.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0e6448e7ed43ce5fc308861e98f7820a&tab=core&_cview=1)
 
Place of Performance
Address: Armed Forces Institute of Pathology Armed Forces DNA Identification Laboratory 1413 Research Blvd. Bldg 101 Rockville MD<br />
Zip Code: 20850<br />
 
Record
SN01653046-W 20080829/080827222000-0e6448e7ed43ce5fc308861e98f7820a (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.