Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOLICITATION NOTICE

66 -- Automated Liquid Handling System

Notice Date
9/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-12-0137
 
Archive Date
10/2/2012
 
Point of Contact
Corinne Nygren, Phone: 6123363235
 
E-Mail Address
corinne.m.nygren@aphis.usda.gov
(corinne.m.nygren@aphis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This acquisition is being conducted in accordance with FAR Subpart 13.5 test program procedures for commercial items. Simplified acquisition procedures will be followed. (ii) This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (iii) This combined synopsis/solicitation will result in a firm fixed price purchase order. (iv) This procurement is for a commercial item, therefore, this combined synopsis/solicitation will result in a firm fixed price commercial supply purchase order. (v) Because the vendors selling this product are either distributors or the manufacturer of this product or like products, in accordance with FAR 19.102 and 13 CFR 121.406, this combined synopsis/solicitation is being issued as a full and open competition. There is not a nonmanufacturer class waiver for this type of product. The NAICS Code is 334516 with a size standard of 500 employees. (vi) This requirement is for The United States Department of Agriculture Animal Plant Health Inspection Service (APHIS) Plant Germplasm Quarantine Program laboratory in Bethesda, MD. (vii) REQUIREMENT AND QUANTITIES: The Plant Germplasm Quarantine Program intends to purchase one (1) automated, stand-alone, enclosed benchtop liquid handling system per the specifications below. This requirement consists of one line item. The pricing for this line item shall include ALL COSTS FOR THE ITEM AND IT'S COMPONENTS, INSTALLATION, SHIPPING, TRAINING AND APPLICATION SUPPORT at the USDA, APHIS facility. The quoted price must include select dispensing tools (single-channel and multi-channel tools) and accessories like racks, reservoir rack modules, reagent reservoir, thermoracks and adapters. (viii) Shipping will be FOB destination; therefore, shipping of the item must be included in the price for the line item. (ix) The selected contractor must be able to deliver the requested equipment on or before October 31, 2012. Deliverables and acceptance of the deliverables for the equipment will be FOB destination USDA-APHIS-PPQ-RMS, Building 580, Powder Mill Road, BARC-EAST, Beltsville MD 20705. (x) The effective date of the purchase order shall be date of award through acceptance of the item. (xi) SPECIFICATIONS: An automated, stand-alone, enclosed benchtop liquid handling system that will allow the USDA to set up PCR in total volumes of 10-50 μl in a high throughput fashion. The liquid handling system should have the capability to make several master mixes of up to 10 ml and aliquot low volumes of liquid into multiple receptacles (0.2 ml tubes, 96-well plates or 384-well plates) with a high level of precision, accuracy, and speed. The system should have the ability to dispense 1 μl of liquid with an imprecision of no more than 2% using either a single-channel or multi-channel format. The robotic system must have an optical confocal infrared detector (or functional equivalent) to provide contact free detection of liquid levels, tools used, labware setup and quantities by means of measuring the light reflection of surfaces. The workstation must not rely on conductive tips for liquid level detection. The robotic liquid handling system should be self-contained and enclosed with a safety feature that halts the motion of the unit when the door is opened. The unit contains or is amenable to installation of a decontamination system (e.g., UV lamp). Because it is closed, there is no need to place the unit inside a laminar flow hood or a biosafety cabinet to prevent contamination. The system must not use peristaltic pumps or syringes that require maintenance. The system may use aircushion pipetting and must track usage for QC/QA, and gives an indication that the pipetting head requires calibration. The robotic liquid handling should offer versatility and flexibility such that it allows the use of different single pipet tip tools for tips of various volume-capacities or a multichannel pipet head. The pipeting tools should cover a range of 1 μl to 1000 μl. The unit may be programmed to include pipet tool exchange which eliminates manual intervention during the run. The robotic benchtop liquid handling system should have a big enough work deck (i.e., 12-position worktable) which would allow preparation and dispensing of master mixes and samples to at least two 96-well plates. The work deck should be able to hold different kinds of adaptors and racks that will hold tubes of various sizes and either 96-well or 364-well plates. The unit must be capable of incorporating up to three peltier based thermal elements for rapid heating or cooling of samples and reagents, with an adjustable range of 0-110ºC. The robotic liquid handling system must use a 110-volt power source and must be UL listed. It should be less than 150 cm wide and 70 cm tall/deep. The system must allow for use of different brands of plasticware/consumables, which will be held in racks with adaptors that hold tubes of different sizes. The software must be fairly easy to use, and includes an expandable database of predefined labware which includes tubes, equipment racks, thermoblocks, thermoadapters, thermoracks, 96 and 384 well plates for conventional and real-time PCR. The software must be able to import csv file from which various sample transfer commands may be chosen to suit the application. The software should include a system that checks for errors prior to the actual run, thus allowing the user to correct the errors before the system is run. The software must allow for defining the level of rights for each individual user account. Additional free copies of the software must be available to allow modification of methods while away from the workstation. The benchtop liquid handler system must include the workstation with enclosure and UV lamp, a robotic arm and the sensor, deck with a waste receptacle, integrated PC computer with monitor, keyboard, mouse, connecting cable and unlicensed software. Purchase of this unit must include unlimited free lifetime telephone support and at least a one-year warranty against defect. (xii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at https://www.acquisition.gov/far/ (xiii) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (xiv) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.SAM.gov., or a hard copy of the provision may be attained from https://www.acquisition.gov/far/. (xv) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xvi) The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment ; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-28-Small Business Program Representation; 52.222-3-Convict Labor; 52.222-19-Child Labor-Cooperation with Authorities and Remedies; 52.222-21-Prohibition of Segregated Facilities; 52.222-26-Equal Opportunity; 52.222-36-Affirmative Action for Workers with Disabilities; 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-1 Buy American Act-Supplies; 52.225-13-Restrictions on Certain Foreign Purchases; 52.232-33-Payment by Electronic Funds Transfer -Central Contractor Registration. To be awarded this contract, the offeror must be registered in SAM. SAM information may be found at https://www.sam.gov/portal/public/SAM/; (xvii) EVALUATION OF OFFERS: Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Offers will be evaluated based on technical capability, past performance and price. A trade off process will be used to evaluate quotes. Technical capability and past performance are more important than price. The Government will select the offer that best meets the government's needs and is most advantageous to the Government. The following will be considered when evaluating offers for technical capability and past performance: The Government will select the offer that is most advantageous to the Government and the following will be considered when evaluating offers for technical capability: Technical capability of the product to meet the agency's need and the demonstrated ability to perform the work requested in the specifications above which includes, among other things, customer support, ease of use, physical characteristics, capacity, size, software versatility, precision, speed, etc.. Past performance will measure of the degree to which an offeror has satisfied customers in the past, and complied with federal, state, and local laws and regulations. The assessment will consider the firm's record of conforming to specifications and to standards of good workmanship / customer service, and adherence to contract schedules, terms and conditions, and providing prompt and accurate service. In accordance with FAR 52.212-1 (b) (10) regarding past performance, references are requested. Each offeror must submit references which are either current or recent customers. Please provide the name, address, phone number, fax and email for each reference. (xviii) Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office by 1:00 PM CT, Monday, September 17, 2012. Please reference the solicitation number on your documents. Quotes shall be submitted by fax or email. Email quotes are the preferred method. (xix) The Contracting Officer is Ms. Corinne Nygren. Ms. Nygren may be reached at corinne.m.nygren@aphis.usda.gov, (612) 336-3235 or by fax at (612) 336-3550. (xx) A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for the line item. All overhead and ancillary costs associated with providing the line item shall be assumed by the Contractor, and should be factored into the quote. 2) Signature of the offeror on the page which lists the price. 3) The required documentation requested above in section (xvii) above entitled EVALUATION OF OFFERS, which includes past performance references and a narrative or information which addresses how your company's product meets the specifications described in (xi) above as well as literature on the product. Quotes should be of sufficient detail to determine their adequacy. THE TECHNICAL SPECIFICATIONS and PAST PERFORMANCE PORTION OF THE QUOTE MUST BE SEPARATE THAN THE PRICING. 4) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items OR a statement indicating that this has been completed on-line. (xxi) If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-12-0137/listing.html)
 
Place of Performance
Address: USDA-APHIS-PPQ-RM, Building 580, Powder Mill Road, BARC-EAST, Beltsville, Maryland, 20705, United States
Zip Code: 20705
 
Record
SN02867233-W 20120906/120905001159-796a2d27829d0eddde425403e1cd44f1 (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.