SOLICITATION NOTICE
66 -- Instruments & Laboratory Equipment
- Notice Date
- 11/19/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
- ZIP Code
- 20817
- Solicitation Number
- NOI10021
- Archive Date
- 12/19/2009
- Point of Contact
- Terry M Knight, Phone: 301-402-6162, John - Foley, Phone: 301-402-2284
- E-Mail Address
-
knightte@niaid.nih.gov, jfoley@niaid.nih.gov
(knightte@niaid.nih.gov, jfoley@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined Synopsis/Solicitation/Notice of Intent for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are not being requested and a written solicitation will not be issued for the solicitation number NOI10021 Notice of Intent. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-37 dated October 14, 2009. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a Small Business Set-Aside. The associated North American Industry Classification System (NAICS) Code is 334516, which has a standard is 500 employees. The National Institute of Allergy and Infectious Disease (NIAID) intends to procure two spectrophotometers from Molecular Devices, Inc. Item/Description/Quantity: 1) Item# M5, SpectraMax M5 Microplate/Cuvette Spectrophotometer, qty-2 (including a trade-in of a SpectraMax M2 Platereader, Serial #D02016, manufactured by Molecular Devices), 2) Item# 0200-6117, SpectraTest Absorbance Validation Plate, qty-1, 3) Item# 0200-5060, SpectraTest FL1 Fluorescence Validation Plate, qty-1. This spectrophotometer is proposed as a sole source purchase on the basis that NIH laboratories own an identical system. The spectrophotometer must have the following characteristics: must have a 3 mode (Abs, FI, Lum) cuvette port and 6- to 384- well microplate capabilities for all 5 modes (ABS, FI, TRF, FP, Lum). Must read absorbance, fluorescence, and luminescence in standard, commercially-available cuvettes and microcuvettes, 12 x 75 mm test tubes, and 96- or 384-microplates with a built-in cuvette port and a microplate drawer in the reader and performed with a single wavelength selection. Must use a Xenon flash lamp for longer lamp lifetime. Must have Dual Monochromators for tunable FP wavelength selection between 400 nm and 750 nm for excitation and emission wavelengths. Must have Dual Monochromators for tunable FI, TRF wavelength selection between 250 nm and 850 nm for excitation and emission wavelengths and tunable luminescence between 250 nm and 850 nm. Must have tunable absorbance wavelength selection between 200 nm and 1000 nm. No filters are required for purchase in the future when additional assays are added to laboratory. Must have both top and bottom reading optics for improved sensitivity in cell-based assays such as chemotaxis membrane migration assays. Must have a 4 nm absorbance bandwidth for superior peak resolution and increased accuracy of measurements for narrow bandwidth samples. Must have fixed fluorescence spectral bandwidth of 9 nm excitation and 15 nm emission for improved resolution between EX/EM components. Narrow bandwidth is critical when designing multi-fluorophore assays or when using narrow Stokes shift fluorophores. Must read up to four EX/EM wavelength pairs per microplate for multi-fluorophore assay design. Must have full wavelength scanning capability across the entire spectral range for defining actual EX and EM maxima. Can perform spectral scans in user-definedincrements as small as 1 nm, and then can select assay wavelengths for actual maxima. Increases sensitivity for assay by working at actual conditions rather than using literature references. Must have Automatic PMT setting to adjust the optimum voltage for each well sample concentration and then normalizes the raw data to show RFU values. Wells are selectively reread at the optimal PMT setting. Photo-bleaching is eliminated because wells are not read unnecessarily. Must have dual PMTs: an enhanced, low background PMT for high sensitivity luminescence measurements including luciferase-based reporter gene assays and a separate digital/analog PMT for fluorescence reads. Must incorporate the patented PathCheck sensor (U.S. Patent 5,959,738) - the only sensor of its kind not affected by temperature, and requires no accessories to measure the pathlength of the sample in all individual microplate wells. The pathlength measurement can be used to calculate concentrations without a standard curve, test liquid handling devices, detect and correct for pipetting errors, and expand the dynamic range of the assay. Must have the option to run the reader with a slow carriage speed to increase assay precision. Must have the following read times (minutes:seconds): 96-well / 384-well o Absorbance 0:18 / 0:49 o Fluorescence Intensity 0:17 / 0:48 o Fluorescence Polarization 0:42 / 2:03 o Time-Resolved Fluorescence 0:17 / 0:48 o Luminescence 2:00 / 7:00 Must have thermal regulation for temperature dependent kinetic assays. Temperature is regulated up to 60°C. Three heat sources provide uniform temperature regulation across the plate (+/- 0.5°C well-to well @ 37°C). One heat source above the plate creates a small temperature differential eliminating plate lid fogging during kinetic runs. Must offer compliance support tools including: software validation package, IQ/OQ/PQ documentation, physical validation test plates for absorbance and fluorescence. Must offer automatic validation of absorbance performance with the SpectraTest TM ABS1 validation plate. The SpectraTest ABS1 validation plate provides NIST traceability, and performs 8 tests to easily verify optical performance for GXP compliance. Must offer automatic validation of fluorescence performance with the SpectraTest TM FL1 validation plate. The SpectraTest FL1 validation plate performs 12 tests to easily verify optical performance for GXP compliance. Must be robot-compatible for automation without requiring any instrument modification. Must ship with software that provides microplate reader data acquisition and analysis support for both Windows XP and Macintosh OS X operating systems. Software must offer a common file format that allows data files to be edited, saved, and shared by users on both Windows XP and Macintosh OS X provided on one CD-ROM. Software must ship with many read-to-run protocols for a variety of common assay applications. Software must have ability to design custom assay protocols or customize existing protocol to create meaningful reports, graphs, and multi-plate summaries, including data trend analysis. Also must be able to save protocol as a menu-available choice so that one touch of the Read button will allow completion of data report in final format. Software must allow for the ability to auto save multiple copies of assay data in all desired formats: SoftMax Pro native,.TXT files,.XMLfiles,.PDF Files (Mac OS X). Software must allow the following data analysis tools: Simultaneous evaluation of multiple standard curves, ability to easily graph multiple plots on multiple graph sections, 4- and 5-parameter curve fitting with parallel line analysis, BOOLEAN operators If, And, Or, Not, False, True, Auto-repair of broken formula links. Software must support regulatory compliance requirements such as FDA 21CFR part 11, GLP, GMP, etc (collectively referred to as GXP). Software must have control over virtually every aspect of the microplate reader solution to meet these GXP regulations. These controls include required user logon, management of guest access, granular permission structure, support for electronic signatures, and operation of reader within permissions structure, complete experiment audit trails, network and local AutoSave. Delivery is to be made within 60 days from date of award. The following factors shall be used to evaluate offers: 1) technical capability to meet required specifications, 2) warranty, 3) price and delivery. The government will award a fixed price purchase order to the responsible contractor. The FOB terms are "Destination" and Net 30. FAR provisions and clauses that apply to this acquisition: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial Items; FAR 52.225-1, Buy American Act-Supplies; FAR 52.204-7, Central Contractor Registration; and FAR 32.703-2, Availability of Funds, FAR 52.232.33, Payment by Electronic Funds Transfer-Center Contractor Registration. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201 (a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at www.ccr.gov prior to award during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award.] All responsible sources may submit an offer that will be considered by the Agency. Offers must be submitted no later than 5:00 P.M. Eastern Standard Time on Friday, December 4, 2009. For delivery of responses through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Room 2NE52E, MSC 4811, Bethesda, Maryland 20892-4811. E-mail and Fax submissions are not authorized. Request for information concerning this requirement are to be submitted in writing, and can be faxed to 301-480-8720, or e-mail to knightte@niaid.nih.gov. It is the vendor's responsibility to confirm receipts of all quotations and/or questions by the closing date of this announcement by contacting Mr. Terry Knight at (301) 402-6162. Collect calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NOI10021/listing.html)
- Place of Performance
- Address: National Institutes of Health, NIAID, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02007167-W 20091121/091119235216-bfca0d920bbfec46d15ddd48461380b1 (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 |