Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 20,2000 PSA#2560

USDA, ARS, Southern Plains Area, 7607 Eastmark Drive, Suit 230, College Station, Texas, 77840

66 -- AUTOMATED COLONY PICKING SYSTEM SOL 6-6225-2000 DUE 031200 POC Michael Douglas, Contract Specialist (979) 260-9480; FAX: (979) 260-9413 E-MAIL: click here to contact the contract specialist via, mdouglas@spa.ars.usda.gov. 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 6-6225-2000 and is issued as a request for quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 97 -- 15. The USDA, Agricultural Research Service, Dale Bumpers National Rice Research Center (DBNRRC) requests the procurement of one (1) automated colony picking system to be used by the center's Genomics Core Facility (GCF). The GCF is a multi-user facility established for the implementation of genomics-based research programs by the multi-disciplinary research team at the DBNRRC. The requested instrument will be used to prepare gene libraries in organized arrays for processing and analysis using the center's ABI 3700 automated DNA sequencer. System Description and Specifications: The instrument/system requested must be designed to selectively pick individual bacterial colonies based on size, color, and proximity from source plates that are manually placed into the instrument. The instrument must be able to accommodate a variety of source plates including square (22 x 22 cm) and round (150mm and 100 mm) round petri plates. Once colonies are picked, the instrument transfers the colonies to storage plates (capable of standard 96 well and 384 well plates and 96 well deep well plates) ensuring that cross-contamination between wells is minimal. Following transfer of the colonies, the instrument must automatically wash and sterilize its picking mechanism and continue to pick and transfer colonies until the source plate(s) are exhausted or the storage plates are completely filled. The rate of picking must exceed 1,000 colonies per hour. The instrument must be designed to have an enclosed work area to prevent contamination and an ultraviolet light for sterilizing the work surface. In addition to the picking feature, the instrument/system must be capable of the following with the addition of software and accessories as appropriate: (1) Gridding: Transfer of colonies from 96 well and 384 well plates in an ordered array on to 22 x 22 cm filters for colony hybridization. (2) Re-arraying: Transfer of selected colonies from multiple 96 and 384 well plates (arrays) to multiple new plates. User must be able to instruct the instrument on which wells to pick from and specify the plate and the location within the plate to which the sample will be transferred. (3) Replication: The instrument must be able to make duplicate plates by transfer samples from 96 well plates to 96 well plates and 384 well plates to 384 well plates. The user should also be able to direct the compression of arrays (transfer from four 96 well to one 384 well plate) and the expansion of arrays (transfer from one 384 well to four 96 well plates). The contractor shall perform all delivery and set-up and training so that the Automated Colony Picking System is complete and ready to use. The Automated Colony Picking System shall be delivered to the USDA, Agricultural Research Service, Dale Bumpers National Rice Research Center, 2890 Highway 130 East, Stuttgart, AR. The Government "desires" delivery within 120 days or less after receipt of the notice to proceed by the successful offeror; however, each offeror shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. In order to be considered for award offerors shall provide a quotation on company letterhead detailing the unit pricing; descriptive literature, brochures, and five references for the proposed instrument that have received the proposed instrument within the last three calendar years (Government references preferred but will accept commercial references) shall also be provided for the product quoted. FAR 52.212-1 (Instructions to Offerors -- Commercial Items), FAR 52.212-2 (Evaluation -- Commercial Items), the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement; (ii) past performance; and (iii) price (based on F.O.B. Destination), and FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items) apply to this acquisition. FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) also applies, with the following clauses from (b) applicable to this acquisition: FAR 52.203-6; FAR 52.219-4; FAR 52.219-8; FAR 52.219-23; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-16; FAR 52.232-36. Offerors shall include a completed copy of the provision at 52.212-3 (Offeror Representations and Certifications -- Commercial Items), with this offer; a copy of this provision may be obtained from the contracting officer or at http://www.arnet.gov/far. Furnish quotations to Michael Douglas, Contracting Officer, USDA, ARS, SPA, 7607 Eastmark Drive, Suite 230, College Station, Texas, 77840, no later than 2:00p.m., April 12, 2000. Quotations my be provided by facsimile to (979) 260-9413 if desired. Additional information may be obtained by contacting the contracting officer at (979) 260-9480 (voice) or email below. Posted 03/16/00 (W-SN435333). (0076)

Loren Data Corp. http://www.ld.com (SYN# 0260 20000320\66-0002.SOL)


66 - Instruments and Laboratory Equipment Index Page