Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2011 FBO #3470
SOLICITATION NOTICE

66 -- Hybrid Microplate Plate

Notice Date
5/24/2011
 
Notice Type
Presolicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(HL)-2011-181-DDC
 
Archive Date
6/18/2011
 
Point of Contact
Deborah - Coulter, Phone: (301) 435-0368
 
E-Mail Address
dc143b@nih.gov
(dc143b@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The COAC Services Branch, Office of Acquisitions, DERA, National Heart, Lung, and Blood Institute (NHLBI), NIH, for the Laboratory of Molecular Medicine intends to procure a name brand or equal specialized piece of equipment: Synergy TM H(4) Hybrid reader. This requirement is under the North American Industry Classification System (NAICS) 334516 Analytical laboratory Instrument Manufacturing, Size Standard is 500 employees. The Small Business Set-Asides does apply for this requirement. SPECIFICATIONS: 1. PT #H4MLFAD: Synergy TM H 4 is Bio Tek's second generation Hybrid reader combining the benefits of filter-based and monochromator-based detection. This model includes Monochromater-based Top/Bottom Fluorescence Intensity (M); Luminescence (L); Filter-based Top Fluorescence Intensity (F); UV-Visible absorbance (A); a Dual Reagent Injection System (D); Temperature control to 65°C; Plate shaking; and Gen5 TM Data Analysis Software. Each instrument shall come with 3 excitation filters (360/40), 485/20, 530/25* or 540/25** nm default), 3 emission filters (460/40, 528/20, 590/35* or 620/40** nm default) and 3 mirrors (50%, 400nm half-size and 510 nm full-size default). *Synergy H4 without FP/TRF module. **Synergy H4 with FP/TRF module, quantity one (1) each 2. PT #GEN5: GEN5 SFTWR ASBY V1.11.5; Gen5 is the operating system for BioTek's Synergy and PowerWave readers. The Gen5 shall provide powerful data collection, analysis and output tools, quantity one (1) each 3. PT #SVCIQT19: INSTL QUAL TNG SYNERGY 4/MX/H1; to include installation qualification and initial training, which includes unpacking and setup of the instrument, following authorized BioTek procedures. Instrument configuration and proper operation is confirmed. Results are recorded in the IQ checklist. Initial training on the use of the instrument and /or basic overview software is included, quantity one (1) each 4. PT #SVCONFWU2:Field Warranty Upgrade/2, quantity one (1) each Field warrant Upgrade2 description: Customers have the option to upgrade their depot warranty to a field service warranty for additional cost. This type of upgrade service is at the location of the instrument and not at the Depot. It covers repair parts, travel and labor. If needed, a loaner is provided at no additional charge, until the instrument is repaired 5. PT #TAKE3: Multi-volume Plate; shall provide sixteen locations for 2µL samples, two locations for BioCell measurements and one location for a standard stoppered cuvette measurement. Includes the Gen5 Take 3 Module with pre-programmed applications for low volume nucleic acid and protein quantification. Shall work with the Gen5 and Gen5Secure, quantity one (1) each. 6. PT # SVCONBFSA: Basic Field service agreement, quantity three (3) each Description of services: Field service engineer (MPS) is dispatched for repair service. Coverage shall include repair parts, travel and labor. 7. Warranty on parts an d labor on instrument/software is one (1) year from installation, and acceptance by the Government. The Government=s estimated expected delivery date is 30 days or sooner after receipt of the purchase order. The reference number NHLBI-CSB-(HL)-2011-181-DDC. Proposals are due June 3, 2011 by 7:30 a.m. local time. The award will be made based upon the technical specifications of the required products and delivery period in this synopsis, and to the lowest price, technically acceptable quote meeting the Government=s requirements. The offerors must submit written descriptive literature of the product in their proposal, an itemized price list and warranties of the product quoted. The Government intends to evaluate offerors and award a contract without discussions with Offerors. Therefore, the initial offer should contain the offerors best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by the Contracting Officer to be necessary. The Government may reject any or all offers, waive informalities and minor irregularities in offers received. The offeror=s proposal=s must include itemized price lists of charges, complete description of product and services, cost for shipping if applicable, complete address for invoice payment and purchase order delivery, prompt payment discount terms, the Dun & Bradstreet Number (DUNS), the taxpayer Identification Number (TIN) and certification of business size of the company, and ORCA be current. The offeror must also register in the Government=s Contractor Registry System. Note: www.ccr.gov. The proposal must reference ASolicitation number@ NHLBI-CSB-(HL)-2011-181-DDC. All responsible sources may submit a proposal which if timely received shall be considered by the agency. Proposals must be submitted in writing to the National Heart, Lung and Blood Institute, Office of Acquisition Center, Procurement Branch, 6701 Rockledge Blvd., Room Suite 6100, Bethesda, Maryland 20892-7902, Attention: Deborah Coulter. Response may be submitted electronically to coulterd@nhlbi.nih.gov, fax are not accepted. Responses will only be accepted if dated and signed by an authorized company representative. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(HL)-2011-181-DDC/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02455739-W 20110526/110524234817-02cab588f4a68e799db429ad6a371500 (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.