|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 3,1998 PSA#2108DHHS, PHS, CDC, NIOSH, ALOSH, 1095 Willowdale Rd., Morgantown, WV
26505-2888 66 -- MICROPLATE READER SOL RQ98-021 DUE 062598 POC Brenda Goodwin,
304/285-5882/Contracting Officer, Rex S. Wolfe, 304/285-5883 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; BIDS ARE BEING REQUESTED AND A
WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is issued as
Request for Proposal No. RQ98-021. This solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-4. The request for quotation is being issued
unrestricted under Standard Industrial Classification Code 3826 with a
size standard of 500 employees. Delivery is desired no later than 60
days after receipt of contract. Offers shall be submitted for ONE EACH
of the following items from Molecular Devices or functionally
equivalent products which meet the specifications below: (001) Catalog
# 0200-3815, SPECTRAmax PLUS Microplate Reader with SOFTmax PRO
software and Windows computer system (Pentium computer, Color Monitor,
Keyboard & Mouse, Color Printer); (002) Catalog # 0200-2405,
SPECTRAtest Validation Plate If any discounts apply they should be
included in your offer. SPECIFICATIONS FOR MICROPLATE READER: The
Government requires a temperature regulatable microplate
reader/spectrophotometer that can measure optical absorbence at tunable
wavelengths in both the UV and Visable range. The wavelength range must
be 190 to 1000 nanometer (nm), with wavelength selection tunable at 1
nm increments. The wavelength bandwidth must be 2 nm. Photometric Range
must be -0.3 to 4.0 Optical Density units (OD), with photometric
resolution of 0.001 OD. Photometric linearity must be 0 to 3.0 OD at
405 nm. The spectrophotometer must be capable of reading cuvettes, test
tubes and microplates. Microplate read time must be 12 seconds for a
single endpoint and 9 second minimum interval for kinetic
determination. Temperature Regulation specifications are as follows:
must have a temperature range of ambient plus 4 to 45 degrees C with
control accuracy of + 1 degrees C, and temperature uniformity of + 0.5
degrees C at 37 degrees C from well to well. Temperature stabilization
time must be 30 minutes or less upon initiation. The instrument shall
be accompanied by a validation plate and software package that allows
calibration and validation of the instrument. This package will include
a validation plate with Traceable filters, SOFTmax PRO Software
protocols, Certificate of Calibration, User's Manual and storage case.
System performance tests must include a minimum of Absorbance accuracy
(linearity), Precision (reproducibility), Stray Light determination,
Wavelength Accuracy, Wavelength Repeatability, Ultimate Dark (0%
Transmittance), Channel-to- Channel crosstalk, and Optical alignment.
All test measurements and calculations will be handled automatically by
the software protocols. The instrument shall also include a software
package for analysis that has built in spreadsheet capability. Minimum
specifications for the computer that runs the software will be as
follows: Pentium 120 MHz Windows 95 Computer, 32 MB RAM, 1.2 GB Hard
Drive, SVGA Graphics Adapter (256 colors or greater), Serial Port (COM1
or COM2), Second Serial Port (ROBOmax), 17" Color Monitor, Windows
compatible Bus Mouse, Microsoft Windows 95, Epson Stylus Color 800
Printer or equal, CD-ROM Drive. EVALUATION FACTORS: Offers will be
evaluated on their ability to meet or exceed the stated specifications
and demonstrated past performance on contracts of similar size and
complexity to this requirement Technical proposals and cost or price
are approximately equal in importance. The Government intends to make
a single award to the responsible offeror whose proposal conforms to
all requirements of the solicitation and is considered the best value
to the Government. Offers shall be proposed based on F.O.B. Destination
(Morgantown, West Virginia) and the requirements at FAR 52.214.21
"Descriptive Literature" apply. Information provided must clearly
demonstrate that all items offered meet or exceed the salient features
stated or your offer may be rejected. The following FAR provisions
apply to this solicitation: 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. Additionally, the
following FAR clauses cited in Clause 52.212-5 are also applicable to
this acquisition as follows: FAR 52.222-3 "Convict Labor (E.O. 11755)",
52.233-3 "Protest After Award (31 U.,S.C. 3553 and 40 U.S.C. 759)";
52.222.26 "Equal Opportunity"; 52.222-35 "Affirmative Action for
Special Disabled and Vietnam Era Veterans"; 52.222-36 "Affirmative
Action for Handicapped Workers"; 52.222-37 "Employment Reports on
Special Disabled Veterans and Veterans of Vietnam Era"; 52.225-3 "Buy
American Act -- Supplies"; 52.225-18 "European Community Sanctions for
End Products." Facsimile submissions are not authorized. SUBMIT THE
FOLLOWING TO:DHHS, PHS, CDC, NIOSH, ALOSH, Attn: Brenda Goodwin, 1095
Willowdale Road, Morgantown, WV 26505: (1) original and two copies of
a completed SF 1449, signed by an individual authorized to bind the
organization; (2) Pricing Schedule for each contract line item and a
delivery schedule for each; (3) descriptive literature and other
information demonstrating compliance with specification for evaluation
purposes; (4) completed Representations and Certifications --
Commercial Items, FAR 52,212-3; (5) Past performance information
(include names and addresses of Company/ Government Agency, name and
telephone numbers of customer contacts along with contract number, and
description of work performed with your offer.) and (6) acknowledgment
of solicitation amendments, if any. Offers that fail to furnish the
required information, or reject the terms and conditions of the
solicitation may be excluded from consideration. Information regarding
this notice can be obtained from Brenda Goodwin at (304)285-5882 or by
fax at (304) 285-6083. All responsible sources may submit a response,
which shall be considered by the Agency. (0152) Loren Data Corp. http://www.ld.com (SYN# 0287 19980603\66-0001.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|