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