Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2009 FBO #2835
SOLICITATION NOTICE

66 -- Microplate Readers for Allergen Testing

Notice Date
8/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
5630 Fishers Lane, Rockville, MD 20857
 
ZIP Code
20857
 
Solicitation Number
RFQ1064401
 
Response Due
9/3/2009
 
Archive Date
3/2/2010
 
Point of Contact
Name: Aseia Chaudhry, Title: Contract Specialist, Phone: 301-827-7161, Fax: 301-827-1022
 
E-Mail Address
aseia.chaudhry@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 format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is RFQ1064401 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 423450 with a small business size standard of 100.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-09-03 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Jefferson, AZ 72079 The DHHS FDA Office of Acquisitions and Grants Services requires the following items, Meet or Exceed, to the following: LI 001, Specifications for Multimode Microplate Reader: The Multimode Microplate Reader must accommodate 6, 12, 96, and 384 well microplate formats. Must operate in the absorbance mode, fluorescence mode (from the top and bottom), and time-resolved fluorescence mode (TRF). The instrument must be entirely based on monochromator selection of wavelengths, in absorption, excitation, and emission wavelengths to allow for flexibility in the development and application of future methods. The instrument must operate on 100-120 VAC 50-60 Hz power. The required wavelength ranges are as follows: fluorescence excitation 230-600 nm, fluorescence emission 330-600 nm, absorbance 230 nm-1000 nm to allow for flexibility in the development and application of future methods. The fluorescence detector should be a photomultiplier tube with extended spectral range, 230 nm 850 nm. Instrument must be capable of 20s read time on a 96 well plate and 30s read time on a 384 well plate in absorbance mode. Instrument must be capable of 150s fluorescence read time on a 96 well plate excitation / emission scan from 450-550 nm in 5nm step increments. Must meet an excitation bandwidth specification of < 5nm for wavelength less or equal to 315 nm and < 9 nm for longer wavelengths. Must meet an emission bandwidth specification of < 20 nm. Must meet a wavelength accuracy specification in absorbance mode of < +/- 0.5 nm for wavelength longer than 315 nm and < +/- 0.3 nm for shorter than 315 nm. Must meet a wavelength accuracy specification in fluorescence mode of < +/- 2 nm for wavelength longer than 315 nm and < +/- 1 nm for shorter than 315 nm. Must meet a wavelength reproducibility specification in absorbance mode of < +/- 0.5 nm for wavelength longer than 315 nm and < +/- 0.3 nm for shorter than 315 nm. Must meet a wavelength reproducibility specification in fluorescence mode of < +/- 1 nm for wavelength longer than 315 nm and < +/- 0.5 nm for shorter than 315 nm. Should include linear and orbital shaking capabilities. Fluorescence sensitivity should be 1 femtomole/well or better, 1, EA; For this solicitation, DHHS FDA Office of Acquisitions and Grants Services intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHHS FDA Office of Acquisitions and Grants Services is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/RFQ1064401/listing.html)
 
Place of Performance
Address: Jefferson, AZ 72079
Zip Code: 72079
 
Record
SN01931310-W 20090829/090828085911-44bb784de82f48c51cf85d91a0fcb0cc (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.