Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2015 FBO #4927
MODIFICATION

66 -- Microplate Readers - Amendment 2

Notice Date
5/20/2015
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS), 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HU0001-15-Q-0220
 
Point of Contact
Sherri Ori, Phone: 301-295-3127
 
E-Mail Address
sherri.ori@usuhs.edu
(sherri.ori@usuhs.edu)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment #2 is being provided to extend the deadline and answer a question received from an interested vendor regarding the trade in option for Unit 2. *** See Attachments for Complete Details*** The Uniformed Services University of the Health Sciences (USU) is the Nation's federal health sciences university and is committed to excellence in military medicine and public health during peace and war. We provide the Nation with health professionals dedicated to career service in the Department of Defense and the United States Public Health Service and with scientists who serve the common good. We serve the uniformed services and the Nation as an outstanding academic health sciences center with a worldwide perspective for education, research, service, and consultation; we are unique in relating these activities to military medicine, disaster medicine, and military medical readiness. USU is located in Bethesda, MD on the grounds of the Naval Support Activity Bethesda. Additional information regarding USU can be found on our website: www.usuhs.mil. USU has a requirement for three microplate readers. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC)05-81 (April 10, 2015) and Defense Federal Acquisition Regulation Supplement (DFARS) (April 20, 2015). This requirement is set-aside for small business concerns under NAICS code 334516 (Analytical Laboratory Instrument Manufacturing) with a size standard of 500 employees. In order to be eligible for award, offerors must be registered in www.SAM.gov, with completed representations and certifications. This requirement is subject to the non-manufacturer rule. Offerors responding to this requirement must provide quotes for microplate readers manufactured by small business concerns. Any offeror submitting a quote for a reader manufactured by a company other than themselves, must provide the name of the manufacturer. The manufacturer's socio-economic status will be verified in SAM.gov. Offerors interested in responding to this requirement must provide a quote for microplate reader(s), which at a minimum, meets the specifications listed below. The government intends to award one or more firm fixed-priced (FFP) purchase orders, based on a best value analysis. Offerors are encouraged to submit multiple quotes for microplate reader(s) which will be evaluated separately by the Government. Offerors are not required to quote for all three units. Split awards are possible. Desired Specifications: UNIT ONE - DESIRED SPECIFICATIONS • 96-well Microplate Reader • Must have endpoint, kinetic and spectral scanning capability • Must read optimal density of proteins, DNAs and RNAs • Photometic range: Approximately 0 - 4.0 OD • Photometric resolution: Approximately 0.001 OD • Wavelength range: Approximately 190-850 nm and must be tunable in approximately 1 nm increments • 90-240V, 50/60 Hz • Maximum Dimensions: 23" width x 22" depth x 15" height • Would like the option for preventative maintenance • Data Analysis Software UNIT TWO - DESIRED SPECIFICATIONS • Microplate Reader • Used for developing and running a wide variety of high throughput kinetic assays and bioassays • Detection modes that include absorbance, fluorescence intensity (including FRET), luminescence, time-resolved fluorescence (including TR-FRET) and fluorescence polarization • Must have fluorescence polarization module • Must have ability to read low sample volumes, to include samples that are 50 ul or smaller • Require the ability to adjust from top-read to a bottom-read mode • Prefer a highly sensitive filter and faster UV/Vis spectrometer • Prefer multiple detection modes, to include absorbance, fluorescence intensity, luminescence, time-resolved fluorescence and fluorescence polarization • Must include data analysis software • Would like the option for preventative maintenance • Would like the option to trade in our current FLUOstar Microplate Reader for credit against the new microplate reader UNIT THR EE - DESIRED SPECIFICATIONS • 96-well Microplate Reader • Multi-modal detection that includes absorbance, fluorescence intensity (including FRET), luminescence, time-resolved fluorescence (including TR-FRET) and fluorescence polarization • Must read optimal density of proteins, DNAs and RNAs • Must have flexibility as a microplate reader equipped with a dual monochromator optics requiring no filters for wavelength selection • Ability to adjust from a top-read to a bottom-read mode • Would like the ability to scan across wavelengths in as little as 1 nm increments for optimization of fluorescent excitation/emission wavelengths • Must have the ability to run kinetic measurements • Prefer the ability to read 6-384 well plate formats • Must have ability to do spectral scans • Prefer the ability to read cuvettes, microcuvettes and test tubes without additional adapters • Photometric range: Approximately 0 - 4.0 OD • Auto PMT Optimization • Photometric resolution: Approximately 0.001 OD • Prefer temperature control above ambient conditions • Prefer the ability to assign multiple absorbance wavelength reads at one time • Would like the ability to read multiple fluorescent wavelength pairs at one time for FRET and TR-FRET assays • 90-240V, 50/60 Hz • Must include data analysis software which allows for flexibility in quantitative and qualitative analysis • Would like the option for preventative maintenance • Vendors are able to quote refurbished units. If a refurbished unit is quoted, it must be clearly identified as such. The government intends to award one or more firm-fixed priced (FFP) purchase order to the offeror representing the best value to the government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the offeror quoting the highest technically rated item. The government reserves the right to award without discussions. Evaluation Factors (Listed in order of importance): 1.Technical - Offerors must provide product literature, which demonstrates the capabilities of the quoted item(s). At a minimum the product literature must demonstrate how the quoted item meets the desired specifications outlined above. Information on warranty and delivery lead-time must be included in the quote submission and will be evaluated. The government reserves the right to utilize technical (i.e, trade magazines) and customer reviews/references as part of the technical evaluation. 2.Price - Offerors must include all applicable costs (Example: Components, Shipping) in their quote. The total quoted price, inclusive of option periods, will be the evaluated price. In addition to providing product literature, offerors must also submit the completed table(s) provided in Attachment 1 with their quote submission. Offerors who fail to provide the completed chart may be considered non-responsive. Offerors must also submit the following with their quote: •Completed copy of provision 252.209-7992 •Completed copy of provision 252.225-7035 See attached list for applicable provisions and clauses for this requirement. Quoted items must be new. Quotes for refurbished equipment will not be considered. Offerors must also indicate in quote where item is manufactured. Items will be shipped to Bethesda, MD. Deadlines: Questions/clarifications regarding this solicitation must be submitted via email to sherri.ori@usuhs.edu by May 8, 2015. Any question received after May 8th will not be answered. Questions will not be answered over the phone or submitted by any other means. All questions will be answered in an amendment to the solicitation posted on or around May 12th. Quote packages are due by 10:00 PM Eastern Local Time on May 26, 2015. Quotes must be submitted via email to sherri.ori@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Quote packages should include a cover sheet that provides the following information: •Company Name •Point of Contact, to include email and phone number •DUNS Number •Statement that includes acknowledgement of latest amendment number
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a7ce5afb143df153c3370ab7aaf45c48)
 
Place of Performance
Address: Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN03737098-W 20150522/150520234553-a7ce5afb143df153c3370ab7aaf45c48 (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.