|
COMMERCE BUSINESS DAILY ISSUE OF JULY 21,1998 PSA#2141DHHS, PHS, CDC, NIOSH, ALOSH, 1095 Willowdale Rd., Morgantown, WV
26505-2888 66 -- FLUORESCENCE MULTIIMAGING SYSTEM AND ACCESSORIES SOL RQ98-032
DUE 080798 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 Quotation RQ98-032. This
procurement is being issued unrestricted. The Standard Industrial
Classification is 3826 with a size standard of 500 employees. This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 90-46. Furnish and
install to the National Institute for Occupational Safety and Health
(NIOSH), 1095 Willowdale Road, Morgantown, WV (001) one Fluorescence
Imager for quantifying fluorescently and chemiluminescently stained
gels and HPTLC plates; (002) one PC SCSI card-PCL (#170-7611 or equal);
(003) one Data Analysis System-PC2(#170-7361 or equal); and v(004) one
50mm Optional Lens, f 1.4 (#170-7725 or equal). The imaging unit
offered shall be brand name or equal to Bio-Rad's Fluor-S Multi-
imaging System (Model PC-100-240V) and include the following minimum
specifications. SPECIFICATIONS: (1) For image acquisition: Adjustment
for subtraction of electronic background noise from system and
correction for all dead pixels on CCD, variable spatial resolution up
to 150 for chemiluminescent applications; (2) For Multi-channel
Imaging: Powerful multi-channel imaging and multiplexing capabilities
with up to six (6) position, filter wheel allowing single or
multi-channel imaging of multiple stains and labels, e.g. ethidium
bromide, SYBR Green, Radiant Red, SYPRO Orange, fluorescein, rhodamine,
Texas Red, coumarin, that we'll apply for scanning HTPLC plates, gels
(lipids, DNA, RNA and protein) with different density of our samples.
These features are necessary to meet the needs of the fluorescence to
test products in lab settings; (3) For excitation and emission of fluor
multiimager sensitivitywe need white light and broadband UV light (from
290 nm to 330 nm) as an excitation source to accommodate many types of
different fluorophores including ethidium bromide, SYBR Green, CY2,
CY3, CY3.5, SYPRO Orange, Radiant Red, fluorescein, rhodamine,
coumarin, Texas Red, Abl dyes, and others, all of which have peaks in
the UV with a broadband UV source that illuminates large sample areas
and speeding the imaging process in seconds; (4) The effectiveness of
an imaging system has to be sufficient to collect the emission of
fluorescent stains and dyes that depend upon the wavelength of the
emission peaks relative to the wavelength of the imaging systems
emission filters. The Multiimager with emission filters, which pass
specific wavelengths of light have to provide high sensitivity images
up to the 8 position filter wheel and 4 standard emission filters; (5)
Requirements for emission filters: 520 long pass filter for single
color applications, 530 discriminating filter for fulti-color green
fluorescence (i.e. FITC), 610 long pass filter for multi-color red
fluorescence (i.e. Texas Red), filter for colorimetric applications
(i.e. film or silver stain), four additional open positions for
chemiluminescence. EVALUATION FACTORS: Offers will be evaluated for
equivalency on their ability to meet or exceed the stated
specifications as well as 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. The Government requires
delivery of all items within 30 days after receipt of order. The
Government will evaluate based on F.O.B. Destination (Morgantown, West
Virginia) and the requirements at FAR 52.214.21 "Descriptive
Literature" regarding equal products applies. Information provided must
demonstrate the unit's ability to meet the specification 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 52.222.26 "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." Submit the following
to DHHS, PHS, CDC, NIOSH, ALOSH, Attn: Brenda Goodwin, 1095 Willowdale
Road, Morgantown, WV 26505: (1) original and three copies of a
completed SF 1449, signed by an individual authorized to bind the
organization; (2) Pricing Schedule for items 001 thru 004; (3)
completed Representations and Certifications -- Commercial Items, FAR
52,212-3; (4) descriptive literature for evaluation purposes; (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.
FACSIMILE BIDS ARE NOT AUTHORIZED. Offers that fail to furnish the
required information, or reject the terms and conditions of the
solicitation may be excluded from consideration. Award is anticipated
to occur within two weeks after receipt of offers. 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. Posted
07/17/98 (W-SN225161). (0198) Loren Data Corp. http://www.ld.com (SYN# 0423 19980721\66-0013.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|