Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 13,1998 PSA#2010

National 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