SOLICITATION NOTICE
66 -- DNA Sequencer
- Notice Date
- 5/19/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Cincinnati Procurement Operations Division 26 W. Martin Luther King Drive Cincinnati, OH 45268
- ZIP Code
- 45268
- Solicitation Number
- PR-CI-10-10716
- Response Due
- 6/3/2010
- Archive Date
- 7/3/2010
- Point of Contact
- COURTNEY R. WHITING-STALLWORTH, Contract Specialist, Phone: 513-487-2002, E-Mail: stallworth.courtney@epa.gov
- E-Mail Address
-
COURTNEY R. WHITING-STALLWORTH
(stallworth.courtney@epa.gov)
- Small Business Set-Aside
- N/A
- Description
- DNA Sequencer SystemThis is a combined solicitation/synopsis for a commercially available DNA Sequencer System. This solicitation/synopsis is for commercial items exceeding the simplified acquisition threshold, although prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 2005-40. This requirement is being solicited on a full and open competition basis. A firm fixed price contract award is anticipated. The NAICS code is 334516 with the small business size standard of 500 employees. Award will be made to the offeror who has the lowest price and is technically acceptable. An offeror will be determined technically acceptable if the proposed system is capable of meeting the below specifications:DNA Sequencer ? Must have high- throughput 2nd generation sequencing and microarray capability integrated in one system? Microarray platform must support flexible chip format aligned to application with 2 to 32 samples in parallel and 4 BeadChips loaded in the instrument at a time.? Microarray platform must support expression, genotyping and methylation pattern applications ? Preparation time for genomic DNA sample library (sequencing platform) must be 8 hours or less for both single and short-insert (< 500 bp) paired-end runs and require less the 1 ? DNA for most applications.? Paired-End Reads must support both short insert paired-end (200?500 bp) and long insert mate pairs (2?10 kb)? Must have flexible adjustment of read length during a run and include Real Time Analysis (RTA) software to allow for up to the minute monitoring.? Must support read lengths 2 ? 100 bp run and the system must be capable of loading sufficient reagents to support 200 cycles which are pre-mixed and color coded, and capable of generation up to 500M reads and 50Gb of data in a single run and utilize a fluorescence based chemistry? Must be a benchtop model Installation must be performed in accordance with the specifications and additional electrical specifications attached. The following clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2 evaluation-Commercial Items; (See below technical Evaluation Criteria). Offers shall provide information to demonstrate/substantiate that the quoted system meets the above minimum specifications. FAR 52.212-3 Offeror Representations & certifications-Commercial items, shall be completed by offeror and submitted with the quote unless offeror is registered with CCR and ORCA; FAR 52.212-4 contract Terms and Conditions-Commercial Items; The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply- 52.222-3, 52.222-19, 51.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-3, 52.225-4, 52.225-13, 52.232-33, Payment by Electronic funds Transfer-Central Contractor Registration. All clauses can found at http://farsite.hill.af.mil/VFFARA.HTM. In addition, the following USEPA EPAAR clauses apply: 1552.211-79, Compliance with EPA Policies for Information Resources Management. EPAAR clauses are available at http://www.epa.gov/oam/ptod/epaar.pdf. The Government anticipates award, using simplified acquisition procedures, of a contract resulting from this solicitation to the responsive/responsible offeror whose quote is technically acceptable and represents the lowest price. Offerors shall submit one (1) copy of their quotation, which references the title of this solicitation, NO LATER THAN JUNE 3, 2010 AT 3:00 PM ET to Courtney Stallworth, at stallworth.courtney@epa.gov. Questions may be directed to Courtney Stallworth at stallworth.courtney@epa.gov. The last day for technical questions is June 1, 2010 by 12:00 noon ET. Additional electrical specifications should be requested via email at stallworth.courtney@epa.gov by noon of June 1, 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/PR-CI-10-10716/listing.html)
- Place of Performance
- Address: 9865 Towne Centre Drive San Diego, CA
- Zip Code: 92121
- Zip Code: 92121
- Record
- SN02154707-W 20100521/100519235500-a2c2859dde67a0e7232840784137c4a1 (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 |