|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 13,1998 PSA#2010National Institutes of Health, Office of Procurement Management, 6011
Executive Blvd., Rockville, Maryland 20892-7260 66 -- INSTRUMENTS AND LABORATORY EQUIPMENT SOL 263-98-B(GG)-0010 DUE
012798 POC Catherine Hiltner, Contracting Officer, (301) 402-3063 or
FAX (301) 402-3406 This is a combined synopsis/solicitation for
commercial items, prepared 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; bids are
being requested and a written solicitation will not be issued. The
solicitation, number 263-98-B(GG)-0010, is issued as an Invitation for
Bid. The solicitation/contract will include all applicable provisions
and clauses in effect through FAC 97-1. The Standard Industrial
Classification Code is 3826 and the business size is 500 employees. The
contractor shall furnish and install a four color automated DNA
sequencing system with the following performance characteristics: Shall
provide analysis of at least 96 samples in less than 2 hours from load
to load, excluding data analysis time. Shall include software for
automated base-calling and utilize signal-to-noise and peak resolution.
Shall use a dye-labeled primer sequencing chemistry to provide at least
400 bases of sequence at 98.5% minimum accuracy using the industry
standard of M13 vector template. Shall provide capillary arrays for at
least 100 runs when used under standard conditions. Shall have a
minimum sample loading volume of 4 microliters. Shall require no more
than 500 nanograms of a single stranded DNA template. Shall allow for
files to be exported to an Applied Biosystems format. Shall include 6
bundles of 16 capillary arrays capable of 100 runs each. The contractor
shall provide on-site training for up to three individuals. Training
shall include all necessary training materials. Training shall consist
of a 1-day lecture followed by two days hands-on training at the
Government's location. Delivery shall be f.o.b. destination within
consignee's premises to the National Human Genome Research Institute,
NIH, 5 Research Court, Room 2A38, Rockville, MD 20850. The Government
desires delivery to be made within 60 calendar days after date of
contract award. If the offeror is unable to meet the desired delivery
schedule, it may, without prejudicing evaluation of its offer, propose
a delivery schedule. However, the offeror's proposed delivery schedule
must not extend the delivery period beyond the Government's REQUIRED
delivery schedule of 120 calendar days after contract award. Award will
be made in the aggregate to the lowest, responsive, responsible bidder
meeting all the required performance characteristics specified herein.
The following FAR provisions/clauses are applicable to this
solicitation and any resultant contract: FAR 52.212-1, Instructions to
Offerors-Commercial Items; 52.212-4, Contract Terms and
Conditions-Commercial Items; and, 52-212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items. The following FAR clauses cited in paragraph
(b) of clause 52.212-5 are applicable: 52.203-6, Alternate I;
52.203-10, 52.219-8, 52.222-26, 52.222-37, and 52.225-3. As an addendum
to the provision at FAR 52.212-1, FAR clause 52.214-21 entitled
Descriptive Literature is applicable. The descriptive literature is
required to establish, for the purposes of bid evaluation and award,
details of the product the bidder proposes to furnish as to materials,
components, performance characteristics, etc. Descriptive literature
must be (1) identified to show the item(s) of the offer to which it
applies and (2) received by the time specified in this solicitation for
receipt of bids. Failure to submit descriptive literature on time may
require rejection of the bid. The failure of descriptive literature to
show that the product offered conforms to the requirements of this
solicitation will require rejection of the bid. The following clause is
an addendum to the commercial item clause 52.214-4: "Year 2000 Warranty
-- Commecial Supply Items": The contractor warrants that each hardware,
software, and firmware product delivered under this contract and listed
below shall be able to accurately process date data (including, but not
limited to calculating, comparing, and sequencing) from, into, and
between the twentieth and twenty-first centuries and the year 1999 and
the year 2000 and leap year calculations, when used in accordance with
the product documentation provided by the contractor, provided that all
listed or unlisted products (e.g., hardware, software, firmware) used
in combination with such listed product properly exchange date data
with it. If the contract requires that specific listed products must
perform as a system in accordance with the foregoing warranty, then
that warranty shall apply to those listed products as a system. The
duration of this warranty and the remedies available to the Government
for breach of this warranty shall be as defined in, and subject to,
the terms and limitations of the contractor's standard commercial
warranty or warranties contained in this contract provided, that
notwithstanding any provision to the contrary in such commercial
warranty or warranties, the remedies available to the Government under
this warranty shall include repair or replacementof any listed product
whose noncompliance is discovered and made known to the contractor in
writing within 90 days after acceptance. Nothing in this warranty shall
be construed to limit any rights or remedies the Government may
otherwise have under this contract with respect to defects other than
Year 2000 performance. A completed copy of the provision at 52.212-3,
Offeror Representations and Certifications-Commercial Items, is
required as part of the offer. Offers are due in the designated
contracting office by 1:00 p.m. local time, January 27, 1998. Facsimile
submissions are not authorized. Award of a firm-fixed price contract is
estimated to be made on or about February 9, 1998. Information
regarding this notice my be obtained from Catherine Hiltner, (301)
402-3063. (0009) Loren Data Corp. http://www.ld.com (SYN# 0321 19980113\66-0014.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|