Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 18,2000 PSA#2581

USDA, ARS, NAA, PIADC, PO Box 848, Greenport, New York 11944

66 -- LIQUID HANDLING ROBOT SOL PIADC-0-003 DUE 051000 POC Lynda Biedermann, Contract Specialist, Tel: (631) 323-3203 fax (631) 323-3101 or Dennis Foley, Contracting Officer Tel: (631) 323-3397 The USDA, Agricultural Research Service requires a Liquid Handling System Robot, and all associated components be furnished and installed at the Plum Island Animal Disease Center, Plum Island, NY. The system includes all necessary hardware and software components, special tools, etc., required to provide a fully functional robot system integrated with the Eppendorf/5 Prime 3 Prime PERFECTprep-96VAC currently in use at PIADC. The system shall be configured and tested for full functionality, and must be fully operational at project completion. FACILITY DESCRIPTION AND LOCATION: Plum Island is United States Government property. It is located approximately two (2) miles east of Orient Point, New York, off the extreme northeastern end of Long Island. 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 solicitation; prices are being requested and a written solicitation is available upon request that contains all the same information as in this synopsis. The Solicitation number PIADC-0-003 is issued as a request for proposals. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. This procurement is unrestricted. Any questions arising from this solicitation should be submitted to Dennis Foley, Contracting Officer, in writing not later than close of business on April 27, 2000. Questions may be submitted via mail to the address above or by fax (631) 323-3101. Questions should reference the particular section in the solicitation or specification of concern. All written questions received will be answered in writing and transmitted to all offerors via an amendment to the solicitation. The Liquid Handling Robot system must include the following components for a fully operative advanced automated liquid handling station which is required for the automation of Plasmid DNA Preparation used in high throughput sequencing. The PERFECT prep-96VAC Plasmid DNA Preparation System is intended for use in the vacuum-manifold-based high throughput preparation of pure plasmid DNA. This system has been thoroughly tested and used in our lab for sequencing with the ABI 3700 sequencer. A liquid handling robot will fully automate this system and should meet the following specifications: 1) 8 independent spreadable pipetting tips mounted on a robotic arm. The arm must have the ability to be equipped with washable or disposable tips. Each tip must be capable of independent movement in the Z-direction and equipped with liquid sensing capability for both needle and disposable tip processes, and detection of secured tip attachment for disposable tip processes. 2) Must be equipped with an integrated robot arm that will move plates from any position on the worktable to deck-mounted thermomixers, cold blocks, and a vacuum assembly and return them to the worktable for the next process. The arm must be an integral part of the workstation. 3) Must contain a diaphragm pump for vigorous washing of tips. 4) Must contain a vacuum assembly that contains two positions; one for washing and prepping the filter cartridge and another for collection into a microplate or deepwell plate. 5) Must utilize a user-friendly software package in a Windows NT environment capable of controlling both arms and the vacuum assembly. 6) Must be able to choose different syringe sizes from 250uL to 5000uL to accommodate pipetting volumes down to 0.5uL. 7) Must be able to dispense 96 x 100ul aliquots rapidly. 8) Must be able to process up to 10 plates using the PERFECTprep-96VAC with no manual intervention. Also must be able to keep the 10 original plates at 4oC while sitting on the deck. 9) Must be a modular system capable of adding different peripherals to the worktable. Such peripherals would include thermocyclers. The software should be able to control the operation of the peripherals. DELIVERABLES: The system shall be delivered and installed to the USDA, ARS, NAA, PIADC, ROUTE 25, ORIENT POINT, NEW YORK 11957 FOB Destination within 90 days. Delivery shall be made within the hours of 8:00 a.m. to 4:00 p.m., Monday through Friday, excl. Federal holidays, and shall be scheduled with the COR named at the time of award. Installation shall be completed within 30 days after delivery to Plum Island. Training shall be completed within 15 days after completion of installation. PACKING AND SHIPPING. All items packed and shipped shall have the mailing label addressed as follows: USDA, ARS, NAA, PIADC, Route 25, Orient Point, New York 11957 and include the purchase order number. INSTALLATION. The contractor shall be responsible for the movement of all equipment to installation site via Government marine transportation or hold the Government and it's agents harmless while providing such service. The Contractor shall install the equipment, software, and any associated components at the location designated by the Government. The Contractor shall also perform verification testing and provide technical support. Installation of this system is to be coordinated with the COR (to be named at time of award) and completed within 30 days of commencement of work. SETUP AND TRAINING. The Contractor shall be responsible for performing all start-up operations to ensure the system is fully functional for its intended purpose. The Contractor shall notify the Contracting Officer's Representative (COR) at least one (1) week in advance to coordinate the date for installation and training. The Contractor shall provide training (on-site at the PIADC in Laboratory 101) to laboratory personnel on the proper operation and use of the system and include at a minimum: operation and maintenance of the system. Training shall be completed within 15 days after installation completion and include all pertinent training materials. DOCUMENTATION. Upon an award, the Contractor shall provide one (1) copy of the site preparation manual which shall be submitted within 10 days of receipt of the purchase order. Upon delivery the Contractor shall provide two (2) sets each of all software and equipment manuals for all equipment furnished and/or installed by the Contractor under this order. Final payment shall not be made unless and until such documentation is received and accepted by the Contracting Officer. WARRANTY. A standard commercial warranty shall be provided for the software and equipment. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. The provision of FAR 52-212-1, Instruction to Offerors -- Commercial Items, applies to this acquisition. ADDENDA TO FAR CLAUSE 52.212-1. 1. Item (b) Submission of Offers is amended to include the following: Submit your proposal, acknowledgment of amendments (if any), software licencing agreements, descriptive literature for the proposed equipment and software, transition plan for system implementation, past performance information, and the Certifications at FAR 52.212-3 and 52.225-1, Buy American Certificate, to Lynda Biedermann, USDA, ARS, NAA, PIADC, P.O. BOX 848, GREENPORT, NEW YORK 11944. FAILURE TO SUBMIT THIS INFORMATION MAY RENDER THE OFFER NONRESPONSIVE. TELEGRAPHIC OR FACSIMILE OFFERS ARE NOT ACCEPTABLE. 2. Item (c) Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in its offer firm for 120 calendar days from the date specified for receipt of offers. The provision at 52-212-1, Instruction to Offerors -- Commercial Items, applies to this acquisition. The provision of FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The following evaluation criteria are included in paragraph (a) of that provision. The Contracting Officer will make an award based on price and price-related factors. ADDENDUM TO FAR CLAUSE 52.212-2. EVALUATION FACTORS FOR AWARD-Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. Listed below are all the factors that will be considered. Technical capability, past performance and price. Technical capability and past performance, when combined, are significantly more important than price. FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE. 1) TECHNICAL CAPABILITY: Technical capability will be based on product literature, technical features and/or warranty provisions. Each offeror is required to submit licensing, descriptive literature, transition plan for system implementation, or other documentation, manufacturer or brand name and model of the item, and show how the offered product meets or exceeds the requirements as specified in the Specifications. 2) PAST PERFORMANCE. Past performance history may be based on the Contracting Officer's knowledge of any previous history of this type of work, customer surveys or any other verifiable information available to the Contracting Officer. The offeror's lack of performance history will not result in disqualification, but will result in a neutral past performance rating. A neutral score could be considered less favorable than a favorable past performance score. In order to be considered for a contract award, Contractors shall provide a list of five (5) contracts of a similar nature and complexity that the were awarded within the past five (5) years or that is/are currently in force. This information must be submitted with your offer. For each contract, list the following: 1. Name, address, and telephone number of the contracting organization, the Government's Project Officer and Contracting Officer. 2. Contract number, type, and dollar value. 3. Date of contract and period of performance. 4. List any contract(s) terminated for convenience or default (partial or complete) within the past three (3) years. Include the contract number, name, address, and telephone number of the terminating officer. 3) PRICE. Price includes all equipment, software, software licensing, training, warranty costs, discount terms, and transportation costs. The full text of these clauses may be accessed electronically at this address: http://www.arnet.gov/far/. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items, and FAR Clause 52.225-1, Buy American Certificate with its proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following terms and conditions are added as an addendum to this clause: 1. Includes AGAR 452.246-70 INSPECTION AND ACCEPTANCE (FEB 1988). Item (b) is amended to: Inspection and acceptance will be performed at destination location. 2. Item (g) Invoice is amended to include the following: The invoice shall be submitted in an original and one copy after delivery and installation of all items. Training and installation may be billed separately. The Invoice shall be mailed to: USDA, ARS, NAA, PIADC, P.O. Box 848, Greenport, New York 11944, Attn: Lynda Biedermann, Contract Specialist. 3. Item (o) Warranty is amended to include the following: The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. 4. This contract incorporates one or more clauses by reference. 52.204-4, PRINTING/COPYING DOUBLE-SIDED ON RECYCLED PAPER (JUN 1996); 52.247-34, F.O.B. DESTINATION (NOV 1991); 52.214-34, SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991); 52.214-35, SUBMISSION OF OFFERS IN US CURRENCY (APR 1991); 52.224-1, PRIVACY ACT NOTIFICATION (APR 1984); 52.224-2, PRIVACY ACT (APR 1984); 52.224-70, CONFIDENTIALITY OF INFORMATION (FEB 1988); 52.227-19, COMMERCIAL COMPUTER SOFTWARE-RESTRICTED RIGHTS (JUN 1987); 452-228-71, INSURANCE COVERAGE (ALTERNATE I)(NOV 1996) (NOV 1996); 52.228-5, INSURANCE-WORK ON A GOVERNMENT INSTALLATION (JAN 1997); 52.232-18, AVAILABILITY OF FUNDS (APR 1984); 52.232-19, AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984); 452.237-75, RESTRICTIONS AGAINST DISCLOSURE (FEB 1988); 52.242-15, STOP WORK ORDER (AUG 1989); 52.242-17, GOVERNMENT DELAY OF WORK (APR 1984); 52.245-1, PROPERTY RECORDS (APR 1984); 52.245-4, GOVERNMENT-FURNISHED PROPERTY (SHORT FORM) (APR 1984); 52.245-19, GOVERNMENT PROPERTY FURNISHED "AS IS" (APR 1984). 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses cited in 52.212-5 are applicable to this acquisition for supplies: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 1984); 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans (APR 1998); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1999); 52.225-3, Buy American Act Supplies (JAN 1994); 52.225-13 Restrictions on certain Foreign Purchases (FEB 2000); 52.225-21, Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program (JAN 1997); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (May 1999); 52.239-1, Privacy or Security Safeguards (AUG 1996). Responses are due May 10, 2000 by 10:00 a.m. (local time), at the USDA, ARS, NAA, PIADC, Contracting Office at Plum Island, New York. The Plum Island Animal Disease Center (PIADC) is operated by the United States Department of Agriculture (USDA) for the study of foreign animal diseases. Research work is conducted on an island in order to better prevent the escape of disease organisms to the mainland. The vital consideration of safeguarding mainland livestock makes necessary certain rules and procedures governing all activities on the island, as well as personnel and materials traveling to and from the island. Strict adherence to all rules and procedures regarding conduct on Federal Property is mandatory. The following requirements are general in nature and supplement other required procedures contained herein. The Contractor shall note the intention of the procedures so as to foster biological security and comprehensive safety on the island, and shall so conduct his operations accordingly. It shall be the responsibility of the Contractor to assure that all conditions and restrictions are complied with by his employees and by all subcontractors and their employees. In the event of an emergency, which in the opinion of the PIADC Director or Safety Officer, could adversely affect the livestock industry of the United States, all Contractor personnel shall comply with all biological Safety safeguards and directives deemed necessary by the Director, the Safety Officer or other authorized personnel. The Contractor and his employees shall comply with all codes and regulations pertaining to conduct on Federal Property as well as PIADC Biological Safety Regulations (if applicable) and Instructions observed by the employees of the PIADC. The Contractor shall abide by all standard Safety Practices and Procedures and shall conform to all OSHA Standards. Failure to comply may result in the removal of an individual or individuals from, and, the denial of further admittance to Plum Island. The Contractor shall promptly comply with PIADC requests for removal of personnel for violation of Safety requirements. Plum Island is restricted to the general public unless admittance has been approved, therefore, no persons other than authorized Contractor personnel will be permitted access to the work site. Government harbors and docking facilities at PIADC are reserved exclusively for Facility support vessels and are therefore closed to the public. Personally owned vessels not specifically required for the completion of the work as specified herein shall not be allowed use of said harbors. Landings to any areas or beaches on Plum Island or at Orient Point is prohibited. A nontransferable pass will be issued to each Contractor employee upon arrival at Plum Island. The pass shall be surrendered at the completion of the project. All Contractor employees shall be required to log-in and log-out daily at Building 100 upon arriving and departing the island, until issued a Contractor Pass. Contractor Passes will admit the bearers access to the specific site or related areas only. All Contractor personnel shall be required to sign the Quarantine Declaration whereby they agree to avoid contact with susceptible animals off Plum Island or as designated by the Safety Officer. Personal items such as cameras or other nonessential items, may not be brought to Plum Island. Gambling is prohibited on Government property. Alcoholic beverages are prohibited on Government property. The carrying or possession of any type of firearms is prohibited on Government property except by authorized personnel. Swimming or fishing from Plum Island harbors or beaches is prohibited. Hunting on Plum Island is prohibited. Food and beverages may be brought to Plum Island by the Contractor's personnel, or are available for "Take-Out" at the PIADC Cafeteria, but restrictions apply. All food and beverage containers shall be properly disposed of by the Contractor. Food or beverages of any kind shall not be removed from Plum Island. The Contractor shall bring to Plum Island only those tools, equipment and materials necessary for accomplishment of the work. Such items shall be stored at the work site or area designated by the C.O.R. and shall remain at the site until job completion or until such time as no longer needed. Staging areas for materials and refuse will be designated by the C.O.R. The Contractor shall be responsible for all movement, storage and security of all such items either on Plum Island or at Orient Point facilities. The normal working hours for PIADC is 8:00 A.M. to 4:30 P.M., Monday through Friday, excluding Federal holidays. The Government shall provide limited water and electrical service required for the contract. Electric power is available at 120/240/1/60 with 480/3/60 available in machinery areas. Biological Safety Regulations for Contractors and their Personnel who are Containment Areas of Laboratory 101:Entering Laboratory 101 on Plum Island require's changing to Government supplied clothing. For such cases, contractor personnel is required to specify clothing and shoe sizes to the COR 3 days in advance of work start-up. All Contractor Personnel shall adhere to all personal recognizance quarantine requirements herein specified or as otherwise directed by the Safety Officer. A quarantine period is not required for employees, contractors or material/equipment conducting work in PIADC Operational Zone 1. A quarantine period of five (5) days is required for personnel conducting work in PIADC Operational Zones 2,3 or 4. Susceptible Animals include cattle, sh Posted 04/14/00 (W-SN445031). (0105)

Loren Data Corp. http://www.ld.com (SYN# 0253 20000418\66-0007.SOL)


66 - Instruments and Laboratory Equipment Index Page