Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2011 FBO #3676
SOLICITATION NOTICE

66 -- Epigenetic System

Notice Date
12/16/2011
 
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, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
1098156
 
Archive Date
1/6/2012
 
Point of Contact
Sondea Blair, Phone: 8705437469
 
E-Mail Address
sondea.blair@fda.hhs.gov
(sondea.blair@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 Acquisition 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. The government intends to issue a Purchase Order in accordance with FAR PART 13.106 for the attached requirement under Simplified Acquisition Procedures. The solicitation number is 1098156. This solicitation is issued as a Request for Quote (RFQ) and is a Small Business Set Aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54, 2 December, 2011. The associated North American Industry Classification System (NAICS) Code is- 334516, Analytical Laboratory Instrument Manufacturing; Small Business Size Standards is 500 in number of employees. Respondents are responsible for delivery in person, by e-mail, fax, mail, or other delivery method their complete proposal and any additional documents before 9:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on December 22, 2011 to sondea.blair@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, OC/OSS/OAGS, Attention of Sondea Blair, 3900 NCTR Road, Building 50, Room 421 Jefferson, AR 72079-9502. PLEASE NOTE - The above contact information is for the Contracting Office and not necessarily the delivery address. The delivery address is indicated in the FOB Destination section below. When appropriate, Respondents should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time. For information regarding this solicitation, please contact Sondea Blair by e-mail at sondea.blair@fda.hhs.gov. Questions regarding this solicitation will be accepted only via email and shall be submitted no later than 11:00 AM CST on December 20, 2011. Only new materials will be considered. Used and refurbished equipment is not acceptable. The Food and Drug Administration is soliciting quotes for: Item 1. Epigenetic System Minimum Performance Requirements: •Ability to generate library preparation - ready samples and libraries for ChIP-seq, MeDIP-seq, MethylCap-seq, IPure, Re-ChIP, MagBisulfite, RNA-IP. •Full walk-away automation •Compact size for small footprint •A line of compatible reagents and antibodies offered •Ability to process 16 samples (or any fraction of thereof) simultaneously •High through-put and 24 x 7 system performance •Software provides easy-to-use user interfaces, with open programming of protocols and throughput requirements to adapt protocols to specific application. •Compatible with downstream applications including next generation sequencing, microarrays, and qPCR. •Automated dispension of assay reagents to minimizes hands-on-work Minimum Technical Requirements: •Magnetic purification technology •Pipetting volumes 5-200 ul •Pipetting precision 2% for volumes 21-200 ul, 5% for 10-20 ul •Heating blocks with temperature range 4-95 0C •Block ramp rate +0.12 0C/sec for heating and -0.08 0C/sec for cooling •Temperature accuracy +/-2 0C •Temperature uniformity across block +/- 0.6 at 40C, +/-1.9 at 950C Installation : •Delivery, installation, and training required Warranty: •A minimum 12-month warranty is required with coverage to begin upon the delivery and acceptance of the equipment Quantity: 1 Each Unit Price: tiny_mce_marker_____________ NOTE: All price quotes should be inclusive of shipping and delivery costs. Option Year 1 - Maintenance for Epigenetic System •Coverage to begin upon the expiration of the initial commercial warranty •Maintenance agreement should provide coverage for preventative inspections, calibrations, and repairs between inspections inclusive of parts and labor. Quantity: 1 Each Unit Price: tiny_mce_marker_____________ Option Year 2 - Maintenance for Epigenetic System •Coverage to begin upon the expiration of the option year 1 maintenance agreement •Maintenance agreement should provide coverage for preventative inspections, calibrations, and repairs between inspections inclusive of parts and labor. Quantity: 1 Each Unit Price: tiny_mce_marker_____________ Option Year 3 - Maintenance for Epigenetic System •Coverage to begin upon the expiration of the option year 2 maintenance agreement •Maintenance agreement should provide coverage for preventative inspections, calibrations, and repairs between inspections inclusive of parts and labor. Quantity: 1 Each Unit Price: tiny_mce_marker_____________ Option Year 4 - Maintenance for Epigenetic System •Coverage to begin upon the expiration of the option year 3 maintenance agreement •Maintenance agreement should provide coverage for preventative inspections, calibrations, and repairs between inspections inclusive of parts and labor. Quantity: 1 Each Unit Price: tiny_mce_marker_____________ The government is not responsible for locating or securing any information, which is not identified in the response. FOB Destination - US Food and Drug Administration Centers for Food Safety and Applied Nutrition Division of Molecular Biology 8301 Muirkirk Road Laurel, MD 20708 Contract Type - Commercial Item, Firm Fixed Price. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. CCR REQUIREMENT - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. 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 contract resulting from this 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 to evaluate offers: 1. Technical capability of the items offered to meet the Government's requirement. 2. Service support furnished with the offered system. 3. Price. The government will award the purchase order to the lowest price technically acceptable quote. Technical acceptability will be determined by review of information submitted by the quoter who must provide sufficient descriptive literature that unequivocally demonstrates that offered products meet the technical requirements as stated herein. 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 service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been added by reference: 52.217-9 Option to Extend the Term of the Contract (Mar 2000): "...not later than 1 day prior to contract expiration provided...preliminary written notice of its intent to extend at least 30-days before the contract expires...this shall not exceed 4-years exclusive of the terms set forth for delivery and warranty". 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: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.232-33. At such time as the services of the Contractor are terminated, expire contractually or are otherwise not extended, or upon request by the Contracting Officer at any time, the Contractor shall issue, within five (5) working days, a "Certificate of Maintainability" for any or all equipment acquired and/or maintained under this contract. The certificate shall state that preventive maintenance in accordance with the specifications of the Original Equipment Manufacturer (OEM) has been performed and that the equipment is performing in accordance with the OEM's specifications such that the OEM (or the OEM's successor in interest) would commit that it would assume maintenance of the equipment without billing any one-time charges (including but not limited to repair or inspection charges) if such maintenance were assumed effective the day after the Contractor's performance ceases. The Contractor is responsible for bearing all costs associated with obtaining such certification at no separate charge to the Government. Should the Contractor fail to issue the required Certificate of Maintainability in accordance with this clause, or should any equipment fail to perform in accordance with the certification, the Contractor shall be liable to the Government for any reasonable costs incurred by the Government for the purpose of bringing the equipment up to the required OEM maintenance level. If equipment is acquired under this contract, without maintenance of such equipment being concurrently acquired under the contract, the Contractor shall issue a Certificate of Maintainability for such equipment at the time of delivery for each piece of equipment. The certificate shall state that the equipment is in such condition that the OEM (or the OEM's successor in interest) would commit that it would assume maintenance of the equipment without billing any charges to the Government. All charges required to obtain the requisite performance of the equipment, up to the later of the time the equipment is accepted by the Government or the warranty expires, shall be borne by the Contractor. The time the equipment is accepted by the Government is the date that the Government determines that the equipment has passed acceptance testing, not the effective date of acceptance. The fact that the equipment may have been acquired with a warranty does not relieve the Contractor of its obligations under this clause. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. A standard commercial warranty on parts and workmanship is required. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1098156/listing.html)
 
Place of Performance
Address: US Food and Drug Administration, Centers for Food Safety and Applied Nutrition, Division of Molecular Biology, 8301 Muirkirk Road, Laurel, Minnesota, 20708, United States
Zip Code: 20708
 
Record
SN02640741-W 20111218/111216234227-374cd035935432e89dc421465c6e8ba8 (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.