|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,1998 PSA#2125National Cancer Institute, Research Contracts Branch, PSAS, 6120
Executive Blvd, EPS/Room 638, Bethesda, MD 20892-7227 66 -- UPGRADES TO APPLIED BIOSYSTEM DNA SEQUENCERS SOL RFQ80161(NR)
DUE 070998 POC Marsha Gorham, Purchasing Agent (301)402-4509, Todd
Cole, CO The National Cancer Institute intends to upgrade existing
377-96C Automated DNA Sequencers from Perkin Elmer Corp, 850 Lincoln
Centre Dr, Foster City, California, 94404. The existing DNA Sequencer
was purchased from Perkin Elmer Corp under purchase order No. 263-FQ-
815761. The proposed contract shall furnish and install upgrades on
three existing DNA Sequencers manufactured by Perkin Elmer Corporation,
Applied Biosystems Division. This is a combined sole source
synopsis/solicitation for Commercial Items prepared in accordance with
the format in the Federal Acquisition Regulation (FAR) 12.6 as
supplemented by additional information included in this notice. This
announcement constitutes the only solicitation and a written
solicitation will not be issued. RFQ80161(NR) is issued as a request
for quotation. The Standard Industrial Classification Code is 3826.
However, this requirement is not set-aside for small businesses.
Requirement: 1) Quantity 3 -- Kit, Upgrade 96C LANE DNA SEQ; including
the following upgrades: Quantity 3 -- Included in upgrade the
Sequencer Analysis v3.0; Quantity 3 -- Included in upgrade the Genescan
Analysis v3.0; Quantity 6 -- Included in upgrade the Comb, 66 well sq.
2mm Mylar; Quantity 3 -- Included in upgrade the 8- channel kloehn
loader with .25mm tips; 2) Quantity 6 -- Plate, front stepped 48 cms
377; 3) Quantity 6 -- Kits, Glass Plain 48 cm 377; 4) Quantity 6 --
Kit, Spcr 48 cm WTR 2mm THK 377 and 5) Quantity 6 -- Comb, 100 well
shark cast .4mm 1.8 center. The model 377 in standard configuration
allows for the simultaneous analysis of 36 lanes/samples per gel run.
NCI is are able to run two gels per instrument per day to provide the
daily capacity of 72 samples per run. With this 96-lane enhancement,
NCI can analyze 96 samples in the same time parameters and run
conditions that would be used for 36 samples. This upgrade offers a
265% increase in output with easy transition since run conditions are
identical. This notice of intent is not a request forcompetitive
proposal, and Perkin Elmer is the only known source to provide the
required upgrades that are 100% compatible to the existing systems.
Interested offerors may identify their interest and capability
statement which must contain sufficient information and detail to
determine if the type of products proposed are compatible to the
existing system which meets the government's needs as stated above. All
capability statements must be received in the Contracting Officer
within 15 days after the date of publication, by close of business on
July 9, 1998 at 10:00 AM EST. Delivery shall be FOB Destination or FOB
Origin with transportation insurance provided by the vendor with
inside delivery within 90 days after receipt of order to Advanced
Technology Center/NCI Sequencing & Genotyping Facility, 8717 Grovemont
Center, Gaithersburg, Maryland 20877. The Government shall reimburse
the vendor for transportation if its standard commercial terms are FOB
Origin. This solicitation and the incorporated provisions and clauses
are those in effect through Federal Acquisition Circular 97-04. This
solicitation incorporates the provisions at FAR 52.212-1, INSTRUCTIONS
TO OFFERORS-COMMERCIAL ITEMS and at FAR 52.212-3, OFFEROR
REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS. The latter
provision includes the DUNS NUMBER ADDENDUM. The resulting contract
will incorporate the requirements of the clause at FAR 52.212-4,
CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS, and the requirements
contained in paragraphs (a) and (d) of the clause at FAR 52.212-5,
CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR
EXECUTIVE ORDERS COMMERCIAL ITEMS-DEVIATION FOR SIMPLIFIED
ACQUISITIONS. The contract will also incorporate the following FAR
clauses cited in paragraphs (b) and (c) of the latter clause: FAR
52.222-26, EQUAL OPPORTUNITY; FAR 52.222-35, AFFIRMATIVE ACTION FOR
SPECIAL DISABLED AND VIETNAM ERA VETERANS; FAR 52.222-26, AFFIRMATIVE
ACTION FOR HANDICAPPED WORKERS; FAR 52.222-37, EMPLOYMENT REPORTS ON
SPECIAL DISABLED VETERANS AND VETERANS OF VIETNAM ERA,; and FAR
52.225-3, BUY AMERICAN ACT -- SUPPLIES. Full text copies of these
representations and certifications or other cited provisions and
clauses may be obtained from Marsha Gorham on (301)402-4509. Capability
statements must be submitted in writing and capability statements must
also be accompanied by descriptive literature, warranties, and/or
other information that demonstrates that the offer meets the technical
requirements. Perkin Elmer is the only source known to NCI that can
meet the compatibility needs of the existing systems as well as the
upgrade requirements. However, if any interested party believes it can
meet the above specifications it may submit a statement of
capabilities. The information furnished must be in writing and must
contain material in sufficient detail to allow NCI to determine if the
party can meet the specifications. A determination by the Government
not to compete this proposed contract based upon responses to this
notice issolely within the discretion of the Government. Information
received will be considered solely for the purpose of determining
whether to conduct a competitive procurement. No collect calls will be
accepted Posted 06/24/98 (0175) Loren Data Corp. http://www.ld.com (SYN# 0349 19980626\66-0014.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|