|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 15,1998 PSA#2180USDA, ARS, PPD, Contracts Branch, 5601 Sunnyside Avenue, Rm. 3-2126-C,
Beltsville, MD 20775-5100 66 -- ABI PRISM 3700 DNA ANALYZERS WITH HIGH-THROUGHPUT DNA SEQUENCER
SOL RFQ 23-3K06-98 DUE 092398 POC Contact Contracting Officer Lyndia
Countee (301) 504-1700 or Contract Specialist Darleen Masten (301)
504-1709 The USDA, ARS, intends to purchase eight (8) Model ABI Prism
3700 DNA Analyzers, catalog no. 900-I with one each of the following
accessories for each instrument (unless otherwise noted) under catalog
no. 900-A: (1) 50cm Capillary Array (2 each per instrument); and (2)
Sequencing Analysis Application Kit, which includes sequencing analysis
software, manual and chemistry guide, chemistry kit with a 90 days
warranty on parts. The purchase shall also include: Installation,
on-site training, start-up chemical kit, data collection software
(includes polymer & calibration standards), NT Workstation, Monitor,
Keyboard, User Documentation, and a one year warranty on parts, labor
and service travel. This requirement is a sole source commercial item
purchase from Perkin Elmer Applied Biosystems, 850 Lincoln Center
Drive, Foster City, CA 94404. This instrument is used for
production-scale DNA analysis. One instrument is to be delivered to
each of the following locations: (1) Clay Center,NE; (2) Plum Island,
NY; (3) Philadelphia, PA; (4) Ft. Pierce, FL; (5) Albany, CA; (6)
Athens, GA; (7) Beltsville, MD; and (8) To Be Determined. The
instrument is required to have the following minimum mandatory
specifications: (1) A 100 channel capillary electrophoresis unit; (2)
An auto detect for malfunctioning capillaries; (3) Capable of utilizing
low-cost uncoated capillary tubes; (4) Capable of handling a minimum of
1500 sequence samples per day from standard format 96 or 384 well
plates; (5) Capable of handling a minimum of 550,000 base pairs of
sequence per day; (6) Capable of utilizing a four-color dye-terminator
chemistry compatible with existing primer sets; (7) Capable of
handling 24 hour unattended operation with autoloading and
automatically pack capillaries with separation polymer; and (8) Must
have ABI system automated data collection and analysis with data output
compatibility. This is the only known instrument capable of the
following: (1) Utilizing a 384-well formation. Clones will be
processed, purified and sequenced in this same 384-well format. This is
required because re-arraying the libraries from a 384-well format to
any other format (i.e. 96-well) would introduce significant expenses
and be time consuming; (2) Utilizing dye-terminator chemistry, in
contrast to dye-primer chemistry, which allows the sequencing of DNA
templates using unlabeled oligonucleotide primers. This is necessary as
there are over 6,000 unlabeled oligonucleotide primers which can be
used with dye-terminator chemistry. To utilize dye-primer chemistry
would require the production of fluorescent versions of many of these
primers, representing a significant expenditure of resources and labor.
Dye-primer chemistry also requires a 4-fold increase in labor and
reagent consumption as the one-tube-terminator chemistry; and (3) Must
have ABI system for automated data collection and analysis with data
output compatibility. This same system is currently being used and is
required to prevent disruption of existing research results and
compatibility problems. The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular FAC 97-05. The following FAR provisions apply to this
acquisition: (1) 52.212-1, Instructions to Offerors -- Commercial; (2)
52.212-4, Contract Terms and Conditions -- Commercial Items, which
include the following FAR Clauses under this provision: (a) 52.203-6,
Restrictions on Subcontractor Sales to the Government, with Alternate
I (41 U.S.C. 253g and 10 U.S.C. 2402); (b) 52.219-8, Utilization of
Small Business Concerns and Small Disadvantaged Business Concerns (15
U.S.C. 637 (d)(2) and (3)); (c) 52.219-9, Small, Small Disadvantaged
and Women-Owned Small Business Subcontracting Plan (15 U.S.C. 637
(d)(4)); (e) 52.222-35, Affirmative Action for Disabled Veterans and
Veterans of the Vietnam Era (38 U.S.C. 4212); (f) 52.222-36,
Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (g)
52.222-37, Employment Reports on Disabled Veterans and Veterans of the
Vietnam Era(38 U.S.C. 4212); (h) 52.225-3, Buy American Act --
Supplies (41 U.S.C. 10); (j) 52.225-9, Buy American Act -- Trade
Agreements Act -- Balance of Payments Program (41 U.S.C. 10, 19 U.S.C.
2501-2582); and (4) 52.212-5, Contract Terms and Conditions Required
To Implement Statutes or Executive Orders -- Commercial Items. Offerors
are to include a completed copy of provision FAR 52.212-3, Offeror
Representations and Certifications -- Commercial Items, with their
offer. 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; proposals are being requested and
a written solicitation will not be issued. Interested parties are
required to submit a quote and descriptive literature by 3:00pm,
Eastern Time within 10 working days of publication of this announcement
at the address shown in No. 7 of this synopsis. Responses should
indicate solicitation number Request For Quotations (RFQ)
23-3K06-98.***** Posted 09/11/98 (W-SN248636). (0254) Loren Data Corp. http://www.ld.com (SYN# 0335 19980915\66-0009.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|