Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2010 FBO #3107
SOLICITATION NOTICE

66 -- Transgenomic Wave 4500 System or Equal

Notice Date
5/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, DO-ATL HFR-SE1, Crawford & Annex I-60, Atlanta, Georgia, 30309, United States
 
ZIP Code
30309
 
Solicitation Number
1072774
 
Archive Date
6/17/2010
 
Point of Contact
Marcia O Park, Phone: (870) 543-7405
 
E-Mail Address
marcia.park@fda.hhs.gov
(marcia.park@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 Federal Acquisitions Regulation (FAR) format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement is being issued in conjunction with FAR 13 Simplified Acquisition Procedures, as applicable. The solicitation number is R1073774. This solicitation is issued as a Request for Quotations (RFQ) and is set-aside for small business concerns, The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41. The associated North American Industry Classification System (NAICS System (NAICS) code is 334516, Analytical Laboratory instrument Manufacturing, with a small business size standard of 500 employees: The Food and Drug Administration, National Center for Toxicological Research is soliciting for: 1.Transgenomic Wave 4500 1ea_______________ Or equal 2fragment collector1ea_______________ 396 well sample holder2ea_______________ 4.Upgrade to premium support1ea_______________ Plan, system setup, onsite training Delivery time after receipt of purchase order ___________________________ The system proposed must meet all of the following specifications: 1.System must be specifically designed for analysis of nucleic acid fragments 2.Must be able to detect high frequency mutations to confirm high frequency mutant fraction measurements made by ACB-PCR 3.Must be able to develop FDA expertise with the commercially available technology being applied in molecular diagnostic methods of mutation detection for use in the clinical setting (e.g., characterization of K-RAS mutation detection in patient tumors or to select a treatment regimen) 4.System must be an integrated high performance liquid chromatography system (All-in-one). 5.System must be programmable and fully automated from sample loading through data analysis 6.System must be able to load samples in 96-well plates into a refrigerated autosampler 7.The system must be able to analyze and fractionate homoduplex DNA fragments by ion paired reversed phase chromatography, as well as heteroduplex DNA molecules for mutation detection applications using denatured reverse phase high performance liquid chromatography. 8.The system must be computer driven (including CPU, monitor and printer) and shall be supplied with software specifically designed for running the applications mentioned above. The software must be capable of predicting optimum denaturation conditions for mutation detection in relation to appropriate chromatography conditions 9.The pump shall be capable of delivering up to three different solutions to the column 10.The system must include an oven to control heating of the column, over the range of ambient to 100 degrees C, controllable at 0.1 degrees C increments. 11.The system shall include a deuterium lamp and an ultraviolet/visible detector, measuring absorbance of light in the width of the 200-600 nm range 12.The system must include a refrigerated fraction collector 13.Vendor shall ship instrument and provide unpacking, setup, complete operation and demonstration of initial application (one year upgrade to premier support plan system set up, on site training) Contract Type: Commercial Item - Firm Fixed Price. Simplified Acquisition Procedures will be utilized. FOB Point Destination: Delivery shall include all freight, duty and/or custom charges, and shall be made no later than the time proposed to the FDA/NCTR located at 3900 NCTR Road, Jefferson, AR 72079-9502, Building 53B, room 217/218. Payment terms are net 30. The provision at FAR 52.212-1 Instructions to Offerors – Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. The provision at FAR 52.212-2 – Evaluation – Commercial Items, is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a purchase order resulting from the solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used be used to evaluate quotes. i.Technical capability of the items offered to meet the Government’s requirement ii.Past Performance iii.Price Technical and past performance, when combined, is equal when compared to price. Technical acceptability will be determined by review of information submitted by the offer or which must provide a description in sufficient detain to show that the product offered meets the Government’s requirements. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror, past record of meeting delivery schedules reputation. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the product meets the technical requirements. Offerors shall include technical specifications, descriptive material, literature, brochures, and other information corresponding to the required item, which demonstrated the capability of the offeror. The Government reserves the right to make and award without discussions. The Provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, applies to this acquisition. Offerors can complete the certifications via the ORCA website at http://orca.bpn.gov. Offerors that have not completed the certifications online shall complete and return a copy of the provision at FAR 212.3, Offeror Representations and Certifications – Commercial Items with their offer. If the end project offered is other than a domestic end product as defined in the clause entitled “Buy American Act – Supplies” the offeror shall so state and shall list the country of origin. The clause at 52.212-4, contract Terms and Conditions – Commercial Items – applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-3, 52.219-8, 52.219-14, 52.222-3, 52.222-19. 52/222-21, 52.222.26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.223-15, 52.223-16, 52.225-1, 52.225-13, and 52.211-6. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be found in full text at http://www.arnet.gov/FAR/. CCR Requirement – Company must be registered in the Central Contractor Registration (CCR) system before an award may be made to them. If your company is not registered in CCR, you may do so by going into the CCR web site at http://www.ccr.gov. A Duns number will be required to register. The Defense Priorities and Allocations Systems (DPAS) and assigned rating are not applicable to this solicitation notice. It is the offeror’s responsibility t monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any). Offerors that fail to furnish the required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. All responsible sources may submit an offer, which if timely received, shall be considered. The offer must reference solicitation number 1073774. The offers are due in person, by postal mail, fax or email to the point of contact listed below on or before Wednesday, June 2, 2010 by 13:00 hours (Central Daylight time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OM/OAGS, Attn: Marcia Park, 3900 NCTR Road, HFT-322, Jefferson, AR 72079-9502. Faxed offers may be sent to 870/543-7990 and emailed offers sent to marcia.park@fda.hhs.gov. For information regarding this solicitation, please contact Marcia Park at 870/543-7405, FAX 870/543-7990 or email marcia.park@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1072774/listing.html)
 
Place of Performance
Address: National Center for Toxicological Research, 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN02161590-W 20100528/100526235819-f33455079d852c2417a930998ba912d9 (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.