Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2009 FBO #2686
SOLICITATION NOTICE

66 -- Laboratory Equipment

Notice Date
4/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423490 — Other Professional Equipment and Supplies 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
FDA1056140
 
Archive Date
5/1/2009
 
Point of Contact
David - Kordel,
 
E-Mail Address
david.kordel@fda.hhs.gov
 
Small Business Set-Aside
N/A
 
Description
Classification Code: 66 Subject: Laboratory Equipment Solicitation Number: FDA1056140 Response Date: 16 April 2009 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 DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES 13.5. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-31. The associated North American Industrial Classification System (NAICS) code for this procurement is 423490 for full and open competition. The FDA intends to issue a firm fixed-price purchase order for, brand-name or equal for the following laboratory equipment: CLIN 0001: DISP. TOOL TM 300-8, 20-300UL, catalog #960001052. One (1) EA 8-channel dispensing tool for volume ranges from 20 to 300 µl CLIN 0002: DISP. TOOL TM 1000-8, 40-1000UL, catalog #960001061. One (1) EA 8-channel dispensing tool for volume ranges from 40 to 1000 µl CLIN 0003: DISP. TOOL TS 1000, 40•1000UL, catalog #9600010361. One (1) EA Single-channel dispensing tool for volume ranges from 40 to 1000 µl CLIN 0004: DISP. TOOL TS 300, 20-300 UL, catalog #960001028. One (1) EA Single-channel dispensing tool for volume ranges from 20 to 300 µl CLIN 0005: DISP. TOOL TM 50-8, 1-50UL, catalog #960001044. One (1) EA 8-channel dispensing tool for volume ranges from 1 to 50 µl CLIN 0006: HOLDER FOR 6 DISPENSING TOOLS, catalog #960001109. One (1) EA CLIN 0007: EPMOTION RESERVOIR RACK, catalog #960002148. One (1) EA CLIN 0008: VAG HOLDER-BASE FOR FRAME, catalog #960002237. One (1) EA CLIN 0009: RESERVOIR 400 ML, catalog #960002229. One (1) EA CLIN 0010: VAC FRAME 2, catalog #960002261. One (1) EA CLIN 0011: Vac Frame 1, catalog #960002253. One (1) EA CLIN 0012: THERMAL MODULE, 5075, catalog #960002181. One (1) EA CLIN 0013: epMotion 5075 VAC PC-Control Com, catalog #960020222. One (1) EA CLIN 0014: EPMOTION INSTALL ATION CLIN 0015: EPMOTION TRAINING CLIN 0016: EPMOTION SHIPPING AND HANDLING CLIN 0017: MCEP REALPLEX 4 SYSYEM WI LAPTOP, catalog #950021306. One (1) EA CLIN 0018: Realplex Installation CLIN 0019: Realplex Training epMotion 1. Offeror shall train the end users in one day. 2. FDA requires that the instrument have an ease of use due to the simplicity of setting up a protocol, with simple point and click commands. 3. The instrument shall need to be pre-calibrated and ready to use, so there would be no need for tedious teaching of plate and well positions. 4. Due to research requirements, the instrument must have a volume range from 1-1000ul with less than a 5% error at 1ul while pipetting. 5. The instrument must have several anti contamination features. FDA requires an instrument that has an IR Optical Sensor. The IR Sensor shall be able to scan for liquid levels, labware and tip types without ever touching labware or liquid. This technology allows the end user to purchase clear disposable tips. This feature will not only allow the user to view the liquid while pipetting, it must avoid the usage of carbonated tips. 6. The instrument has to possess an optical sensor which allows complete usage of a box of tips. By scanning the tips first the instrument will know the precise layout of single tips and rows of tips. 7. The instrument shall be able to pipette from into and out of a vast array of vessels. It shall be able to pipette anything from 1.5ul tubes to 400ml reservoirs, conical tubes, 96 well and 384 well plates, all of which must have definitions preprogrammed on the instrument. Realplex 1. The qPCR instrument shall be able to increase reproducibility and increase in total throughput. 2. FDA needs to be able to monitor specific data sets during runs. 3. The instrument shall not need monthly calibrations or bulb replacements. The instrument must possess LED lights so signal intensity doesn't fade over time. Delivery terms shall be FOB Destination. FOB Destination means the contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government may award this contract to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor described to "Meet or Exceed the Requirement," and 2) Price. Technical Capability is significantly more important than price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. FAR provisions can be found on the following website: http://www.arnet.gov. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.225-2 Buy American Certificate; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 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 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-1, Buy American Act--Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration. This is a Combined Synopsis/Solicitation for laboratory equipment as defined herein. The Government intends to award a Firm Fixed-Price Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Additionally, all quotes shall include price (s); FOB point; a poc (name and telephone number); a statement from the offeror verifying that they are CCR Registered under NAICS code 423490; delivery date (delivery date is of the utmost importance); business size; and payment terms. Delivery shall be to FDA, Laurel, MD 20708. FDA intends to make an award soon after the response date of this notice and all bids must be submitted via email and be received by 4:30 PM (1630) EST on 16 April 2009 to the attention of David Kordel, david.kordel@fda.hhs.gov. Offerors shall ensure the RFQ number is visible in the header of the email. FAX QUOTES SHALL NOT BE ACCEPTED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c119eacaae89b3eb3d052965109798e3&tab=core&_cview=1)
 
Record
SN01784753-W 20090404/090402221856-c119eacaae89b3eb3d052965109798e3 (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.