Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 21,1998 PSA#2141

DHHS, 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