Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,1998 PSA#2125

National 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