Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 24,2000 PSA#2585

Centers For Disease Control And Prevention (CDC), Procurement & Grants Office, 2920 Brandywine Road, Atlanta, Georgia 30341-4146

66 -- INSTRUMENTS AND LABORATORY EQUIPMENT SOL 404RL400 DUE 050400 POC Luann Dean, Contract Specialist, Facilities, Construction, Commodities and Equipment Section, (770) 488-2657, Mailstop K71 The Centers for Disease Control and Prevention (CDC) intends to purchase a Multiprobe Expanded System Robotic Liquid Handling System from Packard Instrument. CDC believes that its requirements are met by this provider, however all responsible sources that can meet the requirements listed herein may submit a quote which will be considered by the agency. Description of the requirements are: The laboratory robotics instrument must be capable of accurately transferring small volumes of liquid from and to a variety of recipient vessels and formats. A Robotic Liquid Handling System specifically designed for the efficient automation of sample preparation procedures used in research applications. Expanded system is designed around a central deck section with two optional side expansion modules that double the deck capacity to accommodate up to 32 tiles. Liquid level sensing of less than 50 ul using a patented modified capacitive mode that allows for detection of low or nonionic polar solutions and organic solvents such as DMSO or methanol. Four independent Z drives each with individual liquid level sensing, and variable spacing between sampling probes ranging from 9 to 20 mm. Capable of moving in X and Y directions at speeds up to 1000 mm/second and capable of stopping at +/- 0.25 mm resolution. Positioning accuracy and resolution appropriate for sample preparation into and out of standard micro plates, including 384-well plates. Items to be purchased with this system are: (a)Versa Tip Kit -- stainless steel, teflon-coated sampling probe tips that can also be fitted with disposable tips on the same probe, thereby minimizing the use of costly disposable tips. (b) 500UL Syringe Assembly -- high precision Cavro syringes for pipetting accuracy's better than 3.0% CV at 5 ul, and better than 1.0% CV at 50 ul. (c) DPC Shaker, Left Extension -- Plate shaker whose surface is at a height equal to the main deck of the robotic system. Orbital movement of shaker is such that pipetting may occur into and out of lab ware while shaker is in operation. (d) Solid Pham Extracting -- Accessory items that allow for integration of a vacuum manifold for 96 well solid phase extraction procedures. Computer software controls the valves of the vacuum to provide precise control over pressures applied to a vacuum manifold mounted on the deck. (e) Heater with Controller -- tile for holding a micro plate with the capacity for heating up to 65oC. (f) Short elevated support tile -- Raises micro plate or deep-well plate on the deck approx. 2.0 cm so that travel heights between test tube racks and different micro plate formats are the same. (g) Tall elevated support tiles -- Raises micro plate or deep-well plate on the deck approx. 4.0 cm so that travel heights between test tube racks and different micro plate formats are the same. (h) Microfuge adapter 1.5 ml -- Tile adapter that mounts to the deck which can accommodate 1.5 microfuge tubes with their lids pinned open for easy probe access. (i) Microfuge adapter -- .05 ml—Tile adapter that mounts to the deck which can accommodate 0.5 microfuge tubes with their lids pinned open for easy probe access. (j) Rack washbowl through -- A washbowl and trough that is mounted on the deck for rinsing the insides and outsides of sampling probes. (k) Rack, tip charte, through -- A rack mounted on the deck that can accommodate a tip chute for ejection of disposable tips into a biohazard bag for subsequent disposal. The capabilities specifically needed are: 1) four or more independent sample probes, with user-controlled, variable spacing between them to accommodate different vessel formats; 2) independence of the probes in that they each have their own liquid-level-sensing, Z-coordinate control; 3) operation either with fixed or removal pipette-tip mode, with liquid-level-sensing available to both modes, with the ability to sense 50 micro liter of less volume; 4) accurate handling (#3% C.V.) of 5.0 micro liter volumes in fixed or removable tip mode, with a maximum volume of at least 200 micro liters; 5) a working area of at least 15 x 43 inches.; 6) the ability to shake reaction vessels while simultaneously heating them to at least 65 degrees Celsius; 7) provision of a controlled vacuum filtration station in at least 96-well micro titer format; 8) provision of a flowing-liquid pipetter washing station; 9) ability to work with (user-provided) thermal cycler; 10) flexibility through the provision of a wide variety of holders for variously sized tubes, microtite plates, bulk-reagent reservoirs, waste-collectors, and tip collectors; 11) user-friendly, procedure-oriented methods development software including user-defined geometries. In general, flexibility in programming and in the ability to add user-supplied apparatus to the work-table are primary considerations. Delivery must be made within 30 days of purchase. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLITICTATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The following provision(s) apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items applies to this acquisition; 52.212-2, Evaluation Commercial Items; the evaluation criteria stated in paragraph (a) of this provision are as follows: (1) technical capability of the proposed system to meet the requirements stated herein, and (2) price. The clause 52.212-4, Contract Terms & Conditions Commercial Items applies to this acquisition. The following FAR Clauses are hereby added to this clause: 52.211-16 (0% increase, 0% decrease, all items); 52.247-35 F.O.B. Destination; The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following clauses listed in paragraph (b) of 52.212-5 apply to this acquisition: (7), (9), (10), (11), (14), (16), and (23). Offerors shall include a Completed copy of the provision at 52.212-3, Offerors Representations and Certifications Commercial Items, with your quote. The best way to complete this certification is to download the FAR Clauses (Volume II) at http://www.arnet.gov/far, print out the clause 52.212-3, Offeror Representation and Certification, and fill in the appropriate blanks. This procurement is not set-aside for small business. Offers will be due 05/04/00 by 12:00 pm EST at Centers for Disease Control and Prevention; Contracts Management Branch; Attn: Luann J. Dean; 2920 Brandywine Road, Room 3000, Atlanta, GA 30341. Facsimile offers will be accepted at (770)488-2670/2671. RFQ #404RL400 shall be clearly marked on the envelope and/or facsimile cover page. All responsible sources that can meet the above requirements may submit a quote, which will be considered by the Agency. Posted 04/20/00 (W-SN447080). (0111)

Loren Data Corp. http://www.ld.com (SYN# 0241 20000424\66-0001.SOL)


66 - Instruments and Laboratory Equipment Index Page