|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 13,2000 PSA#2515Acquisitions Management Operations Branch, NIAID, 6700-B Rockledge
Drive, Room 1130, Bethesda, MD 20892-7605 66 -- WAVE NUCLEIC ACID FRAGMENT SYSTEM(115V) SOL NOI-0007 DUE 021100
POC Linda Taylor, Purchasing Agent (301) 402-2282/Carolyn Sentz,
Contracting Officer (301) 402-2282 17. This is a combined
synopsis/solicitation for commercial items for a Wave Nucleic Acid
Fragment Analysis System and a Wave Fragment Collector. Manufacturer
part number is WAV-99-0001A(Fragment Analysis System(115V) and
FCX-99-000IA(Transgenonmic Fragment Collector(115v). The solicitation
documents and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-14. It is mandatory that the
system we purchase has the following features: (1) Fully integrated
DHPLC system for mutation detection; (2) Automated system allowing
continuous unattended operation, integrated software to determine
melting point profile and optimum operating conditions. Complete system
control via Windows NT including gradient analysis conditions and
displays of real time traces for all systems detectors and include post
analysis manipulation of data and peak analysis; (3) Integrated
computer controlled Autosampler with dual 96 well plates for high
throughout, Peltier temperature controlled from 4-60 degrees C.; (4)
Column oven with pre-equilibration of separation buffer and temperature
control of +/-1 degree Celsius and range of 35 to 80 degrees C.; (5)
Programmable UV detector that can be upgraded to a 4 channel
Fluorescence Detector; (6) DNA separation column with guarantee life of
4,000 injections; and (7) A fragment collector with software that must
integrate itself with the chromatography and DNA analysis software. It
must include Peltier cooling and have the capability to collect DNA
samples for subsequent 96-plate DNA sequence analysis. The cooling is
required to preserve sample integrity. The provisions at FAR 52.212-1,
Instructions to Offerors Commercial Items applies to this acquisition.
The provision at 52.212-2, Evaluation-Commercial Items applies. Bids
will be evaluated on the following criteria, the ability to meet the
technical specifications as stated above. The government intends to
make a Best Value Buy to the responsible Offeror whose offer is most
advantageous to the Government. Evaluation includes: (1) The technical
capability of the item offered must meet the agency need, (2) Price.
Warranty information to include period. Coverage shall be stated, (3)
Offerors must include with their offer certification that all
hardware/software offered are Y2K compliant, (4) Quality Controlled
tested for mutation detection by TMHA and for fragment sizing 115v, (5)
and on-site training and installation for DNA system. A completed copy
of the provision at 52.212-3, Offeror Representations and
Certifications-Commercial Items, with its offer must be provided. The
clause at 52.212-4, Contract Terms and Conditions-Commercial Items,
applies to this acquisition. The clause at 52-212-5, Contract Terms and
Conditions Required to Implement Statues or Executive Orders-Commercial
Items applies to this acquisition. The clauses of subpart (b), which
apply, are 6 and 10. Any response is due no later than 3:00 p.m.
Eastern Standard Time, February 11, 2000, to Linda Taylor. For delivery
through the postal service the address is NIH/NIAID, Rm-1130, 6700-B
Rockledge Drive, Bethesda, MD. 20892-7605. Electronic submission will
not be accepted. Request for information concerning this requirement
should be made to Linda Taylor, 301-402-2282. Collect calls will not be
accepted. Posted 01/11/00 (W-SN414896). (0011) Loren Data Corp. http://www.ld.com (SYN# 0236 20000113\66-0006.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|