Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 26,1999 PSA#2354

USDA, ARS, FMOD, BA, Contracting Section, Bldg. 003, Rm. 329, 10300 Baltimore Ave., Beltsville, Maryland 20705-2350

66 -- LASER SCANNER SYSTEM SOL 14-3K47-99 DUE 061199 POC Karen Chapman, Contract Specialist, (301)504-5073/Michael Wyckoff, Contracting Officer, (301)504-7019 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is 14-3K47-99 and is issued as a request for quotation (RFQ) on a full and open competitive basis. All responsible sources are permitted to compete. This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 97-11. The standard industrial classification code is 3845, with a small business standard of 500 employees. Delivery schedule is estimated at 4-12 weeks after receipt of order. Shipped F.O.B. Destination with inside delivery, to the U.S. Department of Agriculture, Beltsville, Maryland 20705. The procurement of the laser scanner system (brand name or equal) includes the following items and/or minimum requirements. Item 1) Quantity 1, ScanArray 4000 Standard Biochip Scanning System (100-260V) with GHeNe (543nm) and RHeNe (633nm) internal lasers, 6 emission filters (570nm, 578nm, 592nm, 660nm, 670nm, 694nm), ScanArray Acquisition software, network communication cable, 1-year warranty, instruction manual and power cords-P/N Scan Array 4000-Standard; Item 2) Quantity 1, 1 Year ScanArray 4000 Post-Warranty Service Contract-P/N 903-3014004; Item 3) Quantity 1, ImaGene Microarray Analysis Software-PC-P/N 903-3014001. Minimum requirements: 1) the system shall have a minimum of two color fluorescence detection upgradeable to a four color laser scanning system; 2) up to six emission filters with a detection range from 500nm to 700nm; 3) conducts sequential scans to avoid cross-talk of elements imprinted on slide; 4) has 5 micron pixel resolution scanning; 5) automatic dynamic range and channel balancing; 6) scan area of 22 x 73 mm or greater; 7) has 16 bit digitization; 8) sensitivity to <0.1 fluors/micron; 9) laser stand-by and sleep modes; 10) real time image display; 11) automatic calibration and adjustment for instrument normalization; 12) high speed TCP/IP network communication interface between computer and instrument. The contractor warrants that hardware, software, and firmware product delivered or developed under this contract, will be able to accurately process date data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the 20th- and 21st-centuries, including leap year calculations, when used in accordance with the product documentation provided by the contractor, provided that all listed or unlisted items (e.g., hardware, software, firmware) used in combination with such listed products properly exchange date data with it. If the contract requires that specific listed products must perform as a system in accordance with the foregoing warranty, then that warranty will apply to those listed products as a system. The duration of this warranty and the remedies available tothe Government for breach of this warranty will be as defined in, and subject to, the terms and limitations of the contractor's standard commercial warranty or any general warranty provisions of this contract, provided that notwithstanding any provision to the contrary in such commercial warranty or general warranty provision(s), or in the absence of any such warranty provision(s), the remedies available to the Government under this warranty will include repair or replacement of any listed product whose noncompliance is discovered and made known to the contractor in writing within ninety (90) days after acceptance. Nothing in this warranty will be construed to limit any rights or remedies the Government may otherwise have under this contract with respect to defects other than Year 2000 performance. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.212-1 Instructions to Offerors -- Commercial; 52.212-2 Evaluation -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items; 52.212-4 Contract Terms and Conditions -- Commercial Items; 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items; 52.247-34 F.O.B. Destination. In paragraph (b) of 52.212-5 the following apply: 52.222-26, 52.222-35, 52.222-36, and 52.222-37. 52.222-70 COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING REQUIREMENTS (JAN 1999) (DEVIATION)(USDA). (a) The offeror represents that, if it is subject to the reporting requirements of 38 U.S.C. 4212(d) (i.e., the VETS-100 report required by FAR clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of theVietnam Era), it has [ ], has not [ ], submitted the most recent report required by 38 U.S.C. 4212(d). (b) An offeror who checks "has not" may not be awarded a contract until the required report is filed. CONTRACT PAYMENTS (MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER) Electronic Funds Transfer compliance with 31 CFR 208. To facilitate EFT for contract payments, FAR clauses 52.232-34 and 52.232-35 (31 CFR Part 208) requires the submission of information by the contractor to the payment office. Upon award, the contractor shall contact the Miscellaneous Payments Section at the National Finance Center (NFC) to initiate the enrollment process of the Vendor Express Program (VXP), which will result in a number being assigned to the contractor for payment under EFT. NFC can be reached at 1-800-421-0323 or at www.nfc.usda.gov. All offerors must include completed copies of 52.212-3 (Representations and Certifications), 52.222-70 (Compliance with Veterans Employment Reporting Requirements). Fax quotations are acceptable to Karen Chapman (301)504-5009 on or before June 11, 1999 at 4:40 p.m. (EST). Quotations other than brand name should include literature, specifications, and other such information corresponding to the requirement which demonstrates the capabilities of the equipment for meeting the requirement. The following factors shall be used to evaluate offers: (i) technical capability of the item(s) offered to meet the Government requirement; (ii) price; and (iii) past performance. Posted 05/24/99 (W-SN334942). (0144)

Loren Data Corp. http://www.ld.com (SYN# 0314 19990526\66-0016.SOL)


66 - Instruments and Laboratory Equipment Index Page