SPECIAL NOTICE
66 -- EPMotion System and Accessories
- Notice Date
- 8/29/2008
- Notice Type
- Special Notice
- NAICS
- 423490
— Other Professional Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, Pennsylvania, 19038
- ZIP Code
- 19038
- Solicitation Number
- fm154708
- Archive Date
- 12/29/2008
- Point of Contact
- Lisa M. Botella,, Phone: 215-233-6551
- E-Mail Address
-
lisa.botella@ars.usda.gov
- Small Business Set-Aside
- N/A
- Description
- The USDA, Agricultural Research Service (ARS), intends to negotiate solely with Eppendorf North America in Westbury, New York to furnish and deliver (FOB Destination) an EPMotion 5075 LH PC system and accessories to the USDA, ARS, Plum Island Animal Disease Center (PIADC) in Orient, New York in accordance with the terms, conditions, and specifications contained in this document. The Contractor shall furnish all labor, equipment, materials, tools, services and supervision necessary to provide the system, installation, accessories, and warranty. The complete system shall include all software necessary to operate the entire system. The system must be capable of expanding to an auxiliary output for optional equipment. The order consists of a base item: 1) The EP Motion 5070 LH PC system (including shipping) and the following Options: 2) Dispensing Tool TM 50-8, 1-50 UL; 3) Dispensing Tool TS 50, 1-50 UL; 4) Dispensing Tool TS 1000, 40-1000 UL; 5) TC Rack 24XSafelock 1.5/2ml; 6) Thermoblock for PCR 96; 7) EPMotion Reservoir Rack; 8) Built-In Vacuum Manifold; 9) Heating cooling element for RNA Isolation is specific to being able to perform RNA Isolation; 10 ) Installation; 11) Shipping and 12) Extended Service Agreement. All Optional items are pending availability of funding in accordance with FAR 52.232-18 and 52.232-19. The automated system will be used to automatically pipette low volumes of reagents that can dispense liquids volumes from nanoliter to microliters with high accuracy and precision for Real Time PCR assays. The automated liquid handler should be of small footprint and is required to perform sample transfers, reagent transfers, and basic pipetting functions for Real Time PCR setup in 96 well PCR plates. The EPMotion 5075 is a liquid handling robotic instrument/automated pipetting system used in molecular biology applications, more specifically in DNA/RNA purification and in Polymerase Chain Reaction (PCR). The following are critical components of the EPMotion 5075: 1) An integrated vacuum system in its platform. 2) The ability to use disposable tips for a range of volumes from 1ul to 1000ul. 3) Uses peltier cooling/heating devices (opposed to water baths). To ensure integrity of the experiments the lack of “carryover” contamination from sample to sample is paramount. The ability to use disposable tips over a wide range of volumes, the use of a “water free” environment for cooling or heating, and all necessary apparatus enclosed and integrated into the system’s computer/operational components significantly reduce the possibility of contamination. The USDA, ARS, PIADC has determined that Eppendorf’s EPMotion system and accessories is the only system with the following salient characteristics: 1. The Automated Liquid Handler capable of: Transferring liquids from tubes to plates, plates to tubes, plate to plate with the ability to re-array plates; Able to detect all tubes, plates and other labware positioned in the equipment; Able to handle 8 PCR plates at one time; Electrical voltage 110-130V, 50-60Hz; Must be able to Auto-calibrate; Able to dispense down to 1ul in a 96 well real time PCR assay plate; Liquid Level detection, able to measure the liquid volume in a reservoir tub to define how much agent would be needed to complete the pipetting task; Ability to use an 8 channel dispensing head that can dispense up to 1000ul; Ability to dispense accurately from 1ul to 1000ul (CV value of 2.5%); Ability to upgrade with a Built-In Vacuum Manifold and a Heating cooling element for RNA Isolation with this same machine; Single and multi channel dispensing capability; Capable of working with diverse accessories and standard tubes and pipet tips easy to purchase in USA from common distributors; Data Station minimum requirements: P ersonal computer that includes all software, hardware (including monitor) to run the complete system and components; Windows XP operating system; system software shall allow preparing the pipetting workspace and pipetting procedure, and data export to an Excel (or equal) spreadsheet; PC- Siemens Industrial SIMATIC Box PC 627 (or equal); Pentium III Processor M 760; 19” flat panel color monitor; QuietKey Keyboard with mouse (or equal); Ethernet capability to interface with network; Auxiliary outlet for optional equipment; Minimum 32MB Video Card; 560GB Ultra ATA Hard Drive; 3.5” Floppy Drive; 3Com Network Card (or equal); Minimum 12X/8X/32X CD-RW drive; All software must be Year 2000 Compliant. Section 508 Accessibility Compliance Clause includes Standards 1194.21, 1194.25 and 1194.26.; SYSTEM FOOTPRINT: The handler must fit into a space not greater than: 60 in. W x 30 in. H x 33 in. D; E lectical and Safety requlations: Must meet all OSHA electrical and safety requirements. INSTALLATION AND START-UP –Installation shall be coordinated by the Contractor with the Government representative (to be named at time of award) at least two (2) weeks prior to delivery. The Contractor shall perform and complete installation and start-up within (2) weeks after delivery at no additional cost. TRAINING – The Contractor shall provide a minimum of 1-day training on-site for a maximum of 5 persons and include all pertinent training materials. The date and time shall be coordinated by the Government representative (named at time of award) with the Contractor at least 1 week prior to delivery. Training shall be completed within 2 weeks after delivery. Additional refresher training is required within one month of initial training. WARRANTY - The Contractor shall include a one year, on-site, non-consumable parts and labor warranty on the equipment. The Contractor shall provide a copy of the warranty for each item with their offer. The period of the warranty shall begin upon acceptance by the Government. FACILITY CONTAINMENT RESTRICTIONS – If delivery is to the PIADC Building 101 a bio-containment safety level 3 (BL3) laboratory. Contractor employee(s) must adhere to facility safety regulations (see attachment 1). Materials removed must go through a decontamination process from building 101; the procedure takes a minimum 2 weeks. All warranted repairs or replacements that will require returns to the manufacturer need to be scheduled prior to the 2 week decontamination process. On site government supplied tools are available. If something is not available decontamination restrictions apply. a. Decontamination is done by putting products into a self-contained air-lock and gassed with Para-formaldehyde, after 7 days product is removed tested and requires 7 days to air out. b. Liquid decontamination for metal products is washed in a lye or bleach solution with a ratio of 1 part lye or bleach to 10 parts water, and then rinsed. c. No wood or porous materials allowed. PACKING AND SHIPPING - The Contractor shall be responsible for shipping the equipment. The Contractor shall pack each item for shipment in a new container in such a manner that will ensure acceptance by common carrier and safe delivery at the destination. Containers and closures shall comply with the Interstate Commerce Regulation, Uniform Freight Classification Rules, or regulation of other carriers as applicable to the mode of transportation. The items to be furnished hereunder shall be labeled with the purchase order number and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination clause. DELIVERABLES - The Contractor shall furnish and deliver (F.O.B. Destination) the equipment and documentation to the USDA, ARS, NAA, PIADC, 40550 Rt. 25, Warehouse, Orient Point, NY 11957, within 30 days after the receipt of the purchase order. Delivery shall be between the hours of 8:00 a.m. to 3:00 p.m., Monday through Friday, excl. Federal holidays. NOTE: Warehouse is closed during lunch hours of 11:30am – 12:30pm. FACILITY ACCESS: The PIADC location has a drive up location, and a ¼ ton lift truck. The facility has a loading dock and must be delivered through a door have an opening of 15 feet wide and 11 feet 8 inches high. Inside the building 101, Lab D, the door opening is 3 feet wide x 7 feet high. Freight elevator in Building 101 with a door opening of 6 feet height by 8 feet wide maximum weight capacity of 3500 pounds. OTHER REQUIREMENTS – Software updates shall be provided at no additional cost with unlimited license downloads at no additional fees. The ability to upgrade with a Built-In Vacuum Manifold and a Heating cooling element for RNA Isolation is specific to being able to perform RNA Isolation at a later time. Pending availability of funds. DOCUMENTATION - The Contractor shall provide two (2) copies each of the operations, repair, software, maintenance manuals, lubrication and service instructions, and operating instructions upon delivery of the equipment. All documentation shall include the P.O. number. PAYMENT - The Contractor must be registered for Electronic Funds Transfer (EFT) payments in the Central Contractor’s Registration (CCR) database to receive payment. Payment may be made by a Government purchase order. Final payment shall not be made unless and until the equipment and documentation have been received and are accepted by the Technical Representative. EXTENDED SERVICE CONTRACTS – The contractor must provide a copy of all available service contracts for this equipment and identify if the cost is reduced when purchased with the equipment. The Contractor must also be capable of servicing the equipment/software through the extended warranty. All extended service contracts are pending availability of funding. The NAICS Code is 423490 with a size standard of 100 employees. This procurement is unrestricted. This is not a request for proposal. No solicitation is available. Companies with the demonstrated capability and financial capacity to provide and service such equipment must submit a written substantive statement outlining the Company’s and systems’ capabilities, available service agreements and consumables (including price lists) to the Contracting Officer within 5 days of publication of this notice. This announcement and any other documents related to this procurement will be available electronically at the Internet site http://www.fbo.gov. The Contractor is responsible for monitoring the FBO website for information relating to this requirement. Offerors will be responsible for downloading their own copy of these documents. Contractors are required to acknowledge receipt of all Amendments (if any). If no affirmative responses are received with 5 calendar days of publication of this notice to determine whether a qualified source is more advantageous to the Government, an order will be placed with Eppendorf North America, Inc. under the authority of FAR 6.302.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=31989dcd6546153dda063f5206088739&tab=core&_cview=1)
- Place of Performance
- Address: USDA. ARS, NAA PIADC, FADR UNIT, 40550 RT. 25, ORIENT POINT, New York, 11957, United States
- Zip Code: 11957
- Zip Code: 11957
- Record
- SN01655292-W 20080831/080829220810-31989dcd6546153dda063f5206088739 (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 |