Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2012 FBO #3872
SOLICITATION NOTICE

66 -- Multifluor System

Notice Date
6/29/2012
 
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
1104888
 
Archive Date
7/24/2012
 
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 requirement under Simplified Acquisition Procedures. The solicitation number is 1104888, the 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) 2005-58, 18 May 2012. The associated North American Industry Classification System (NAICS) Code is 334516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. The US Food and Drug Administration's Center for Biologics Evaluation and Research (CBER) requires a Multiflour System for studies and experiments investigating regulatory and basic research proposals that requires the use of gel imaging RNA and DNA as well as western blotting for analysis of proteins. Technical Requirements: *Shall have at a minimum 8 Megapixel Resolution Cooled CCD with automated acquisition optics to provide exceptional image quality. *Shall have Multiple Detection Wavelengths and Motorized 10-position emission filter wheel to accommodate a wide range of imaging applications. *Shall have an Integrated computer and hard drive allowing for automated image archiving and remote browser-based access. *Shall have Network and USB ports for both image retrieval and printing. *Shall have pull out UV transilluminator for easy loading and imaging of DNA and protein gels. *Shall have multicolor LEDs with 3 excitation channels optimized for quantitative Western blot imaging. *Shall have Images automatically saved that can be immediately printed or copied. *Shall have display of multichannel fluorescent images in multicolor overlay, single color, or grayscale. *Shall be able to overlay molecular weight markers on Western blots for simultaneous viewing. *Shall monitor chemiluminescent exposures taken at multiple time points. *Shall be compatible with a wide variety of fluorescent labels and stains, allowing existing protocols to be readily adapted. *Shall have a minimum have 8 megapixel scientific-grade CCD, 16-bit A/D, thermo-electrically *Shall have Light-tight darkroom and UV safety switch. *Shall have a Fluorescence imaging screen, Chemiluminescence imaging screen, UV gel imaging screen, and a White light conversion screen *Shall have at a minimum, have Dynamic Range Up to 65,536 grayscale *Shall have function that Strip and reprobe is not necessary, minimizing protein loss and resulting in shorter assay. *Shall have intensity values that can be normalized to another protein or loading control to correct for inaccuracies. *Shall be able to image data for each protein that can be analyzed independently or overlaid to readily detect. *Shall have Enhanced Photostability. *Shall have Buffer Compatibility stable from pH 4 - 9. *Shall include a standard commercial warranty on parts and workmanship of not less than 12-months from the date of government acceptance of the system. *The government will consider pricing based on the trade-in of existing equipment: Flour-Chem M Multiflour System, serial number A02D8710033. Components for trade-in: High resolution CCD camera, Zoom lens and interference filter, Computer with keyboard, mouse and SVGA monitor, Windows operating system, Image processing and analysis software. Multi image light cabinet, and Wide angle fast lens. Price__________________ Contract Type: Commercial Item-Firm Fixed Price. Single award is anticipated. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. FOB Destination - US Food and Drug Administration Center for Biologics Evaluation and Research 8800 Rockville Pike Rockville, MD 20892 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 products offered to meet the Government's requirement. 2. Price. 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 offered products. 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 attached to the clause: Addenda to FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012). HHSAR Clause 352.270-10 Anti-lobbying. (January 2006) The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the contracting officer's representative (COR) specified at award. If the supplies or services are acceptable, the COR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COR shall document the nonconforming items/services and immediately notify the contracting officer. Service Records and Reports 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. It is the offeror's responsibility to monitor the internet site for the release of any information related to this combined synopsis/solicitation. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at https://www.acquisition.gov/far and http://www.dhhs.gov/asfr/ogapa/acquisition/acquisitionpolicies.html. 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 July 09, 2012 to sondea.blair@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, FDA/OO/OFBA/OAGS/DAP, 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 July 05, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1104888/listing.html)
 
Place of Performance
Address: US Food and Drug Administraion, Center for Biologics Evaluation and Research, 8800 Rockville Pike, Rockville, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02790235-W 20120701/120629234558-2684580e4aeb813cd856e5200d923c0e (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.