Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 24,1996 PSA#1643

Centers for Disease Control and Prevention (CDC), Procurement & Grants Office, 255 East Paces Ferry Road, N.E., Room No. 419 Atlanta, Georgia 30305

66 -- MOLECULAR IMAGE ANALYZER SYSTEM SOL 96-160(N) DUE 081596 POC Contact Grace White, Contract Specialist, at (404)842-6553 This is a combined synopsis/solicitation for commercial items prepared in accordance with the 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 solicitation number is 96-160(N) and is issued as a Request for Proposal (RFP). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-38. The standard industrial code (SIC) is 3826; the small business size standard is 500 employees. Line Item 001: One Molecular image analyzer system. Line Item 002: Extra 2-D gel showing prices for various quantities available. Optional Line Item 003: One Year Maintenance support including preventive maintenance (exercisable at any time up to the date of expiration of the one year warranty). Optional Line Item 004: Second Year Maintenance support including preventive maintenance (exercisable up to five days prior to expiration of Optional Line Item 003). SPECIFICATIONS. The CDC requires a complete, fully compatible system including the following components: (1) Molecular imager capable of both chemiluminescence and radioisotopic detection and including: (A) pulsed laser scanning capabilities for continuous wavelength imaging; (B) control and analysis software for Windows PC computer and adaptable for use on a local area network (LAN); variable scanning resolution with merging capability to analysis software; (D) site license for software with upgrades at no additional charge; (E) separate docking screen types allowing simultaneous image acquisition; (2) Densitometer capable of both transmittance and reflectance for 1-D and 2-D gels, autoradiograms, western blots, dot/slot blots, slides, photographs and documents, and including: (A) precision 12-bit and 8-bit pixel resolution and accurate imaging of wet/dry, thick (1 cm)/thin (1 mm) samples; (B) software with hardware/software calibration and adaptable for Windows PC computer; image acquisition compatible with phosphor/chemiluminescence imaging and gel documentation systems for merging complete image analysis on the Windows PC workstation; (3) Gel documentation system capable of both UV fluorescent and mini-transilluminator in a single unit without need to change platforms or lens or light source system when accessing images, including: (A) software adaptable to Windows PC workstations with positive and negative image enhancement, selective magnification, pseudo-color adjustment, text overlay, and capable of data export to other software packages and TIFF file capability; (B) image acquisition compatible with image/analysis/densitometry imaging; (4) thermal and laser printer compatible for scientific notebook records, highspeed, high resolution monochrome compatible with the gel documentation unit; (5) Two-dimensional polyacrylamide gel electrophoresis software; (6) Fingerprinting software. The gel documentation system may be a stand-alone system at alternate station from the imaging analyzer to enable simultaneous multifunction. Upon delivery and installation, the vendor shall provide training for the Government employees at the Government site in the use of the system. The system shall be provided with a one (1) year warranty for parts and labor. Delivery shall be made FOB destination within consignee's premises within 60 days of contract award. Delivery and installation shall be made to: The Centers for Disease Control & Prevention, National Centers for Infectious Diseases, Division of Vector-Borne Infectious Diseases, Rampart Road, Foothills Campus, Fort collins, Colorado 80522. Acceptance of Line Items 001 and 002 shall be at destination, upon completion of installation, demonstration and training. Acceptance of Line Items 003 and 004 will be monthly. Payment terms are net 30 upon completion of delivery, installation and training for Line Items 001 and 002, monthly for Line Items 003 and 004. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items is applicable with the following addenda: Offerors should also submit the completed certification at FAR 52.222-48, Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration and/or Repair of Certain ADP, Scientific and Medical and/or Office and Business Equipment--Contractor Certification. The provision at FAR 52.212-2, Evaluation--Commercial Items is applicable. Technical merit and past performance, when combined, are of approximately equal significance with cost or price. Evaluation of technical merit will include: compliance with specifications, including demonstration of proposed system at the CDC Fort Collins facilities. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items and addenda with all offers. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items is applicable. The following additional terms and conditions are included by addenda: FAR 52.214-34, Submission of Offers in the English Language (APR 1991); FAR 52.214-35, Submission of Offers in U.S. Currency (APR 1991); FAR 52.217-9, Option to Extend (clause fill-ins are ''5 days of expiration of the contract'' and ''48 months''); FAR 52.246-18, Warranty of Supplies of a Complex Nature (clause fill-ins are as follows: paragraph (b) ''one year after delivery''; Paragraph (c)(3) ''30 calendar days after discovery of the defect'', ''seven (7) calendar days'' and ''ten (10) calendar days''; Paragraph (c)(4) ''fifteen (15) calendar days'' and ''fifteen (15) calendar days''); and FAR 52.247-35, F.O.B. Destination, Within Consignee's Premises. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items applies to this action. The following FAR clauses cited within FAR 52.212-5 are applicable: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-41, Service Contract Act of 1965, as amended (41 U.S.C. 351, et seq.) (Applicable to Line Items 003 and 004); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) Maintenance Technician $28.13 (Applicable to Line Items 003 and 004); FAR 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contract)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.)(Applicable to Line Items 003 and 004); FAR 52.225-18, European Union Sanctions for End Products (E.O. 12849); FAR 52.225-21, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program (41 U.S.C. 10, Pub. L. 103-187). The Defense Priorities and Allocations System (DPAS) does not apply. Proposals are due at 2:00 PM, August 15, 1996 to the following address: Centers for Disease Control & Prevention, Procurement & Grants Office, Contracts & Purchases Branch, 255 East Paces Ferry Rd., N.E., Room 419, Atlanta, GA 30305. For information regarding this solicitation, contact Grace White at (404) 842-6751. All responsible sources may submit an offer. No telephonic requests for the solicitation package will be accepted. (0204)

Loren Data Corp. http://www.ld.com (SYN# 0407 19960723\66-0001.SOL)


66 - Instruments and Laboratory Equipment Index Page