Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2013 FBO #4278
SPECIAL NOTICE

66 -- Beckman Coulter Ultracentrifuge Optima XPN 90 – IVD

Notice Date
8/9/2013
 
Notice Type
Special Notice
 
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
PR-APHIS-13-654680
 
Archive Date
9/26/2013
 
Point of Contact
Carol R. Dingess, Phone: 612-336-3208
 
E-Mail Address
carol.dingess@aphis.usda.gov
(carol.dingess@aphis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
The United States Department of Agriculture (USDA)/Animal Plant Health Inspection Service (APHIS)/Veterinary Services/National Veterinary Services Laboratory (NVSL)/ Foreign Animal Disease Diagnostic Laboratory(FADDL) / Reagents and Vaccine Services Section (RVSS) in Orient Point, NY intends to negotiate a sole source, award to Beckman Coulter, Inc. of Brea, CA against GSA Contract# GS-07F-535R for an Optima XPN 90 - IVD Ultracentrifuge with rotor ay(s). Items to be purchased: P/N A99842 Optima XPN 90 - IVD P/N 342204 SW-28 ROTOR PKG P/N 325620 TY-19 ROTOR AY P/N 339160 TY-45TI ROTOR AY P/N 337901 TY-50.2TI ROTOR AY This procurement is being conducted in accordance with FAR 6.302-1 The property or services needed are available from only one responsible qualified source at this time and no other type of property or services will satisfy these needs. RVSS, FADDL, NVSL, APHIS, USDA, reviewed other ultracentrifuges currently available on the market. Although several ultracentrifuges can be found, none of them offer the unique and/or combined features needed by RVSS to fulfill their specific reagent production and assay development tasks. Features: Large Touch-screen Display Easy to read and navigate. Viewable from across the lab. Intuitive graphical interface with on-screen help. Multilingual software for error-free operation. Improved Power Tolerance Maintains runs during power fluctuations. Handles a wider tolerated range of 180 VAC to 264 VAC. Tracks power interruption data to convey if parameters remained within an acceptable range. Security and tracking features Manage rotor life by serial number. Track detailed usage history. Password protection and electronic signatures help you maintain chain of custody and compliance. Remote Monitoring and Control Saves time. Start, stop, and monitor from computer or smart phone. Receive diagnostic alerts via e-mail. Real-time Run Graphing Plots speed and temperature over time, allowing you to track and record progress. Powerful On-board Simulation and Calculation Tools Saves time and samples. Proprietary software optimizes protocols before running to ensure maximum efficiency. Quickly perform common calculations and conversions. Energy Efficient Regenerative braking returns energy to local circuit reducing utility costs. Highly efficient thermoelectric cooling results in lower power consumption. Uses the same amount of power as a 60-watt light bulb while idling. Quiet-drive Technology Designed for lowest drive noise - this is the quietest floor model on the market. Operates at less than 51dBA. This Notice of Intent is not a request for competitive proposals. No solicitation documents are available and telephone requests will not be honored. However, if a firm believes it can meet the requirements it must furnish information about its products and services, as well as three (3) references from other customers who are using these services, to the Contracting Officer by 4:00pm. Central Time (CT) by August 26, 2013. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the above requirement. The North American Industry Classification System (NAICS) code for this acquisition is 334516, and the size standard is $ 500 Employees. Responses received after the response date or without the required information will be deemed nonresponsive to the synopsis and will not be considered. Capability statements may be sent to: Carol Dingess, Contracting Officer, USDA-APHIS-MRPBS, ASD Procurement Branch, Butler Square Building, 5th Floor, 100 N. 6th Street, Minneapolis, MN 55403, or via email @ Carol.Dingess@aphis.usda.gov or fax @ (612) 336-3550.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/PR-APHIS-13-654680/listing.html)
 
Place of Performance
Address: USDA/APHIS/VS/NVSL/FADDL, 40550 Rt. 25, Orient Point, New York, 11957, United States
Zip Code: 11957
 
Record
SN03143735-W 20130811/130809234514-ea4c027e0d4eb801f21b856fae33813e (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.