|
COMMERCE BUSINESS DAILY ISSUE OF MAY 11,2000 PSA#2598USDA, ARS, NAA, PIADC, PO Box 848, Greenport, New York 11944 66 -- MICROARRAY SCANNER SOL PIADC-0-004 DUE 053100 POC Lynda
Biedermann, Contract Specialist, Tel: (631) 323-3203 Fax: (631)
323-3101 <DESC>The USDA, Agricultural Research Service requires
a Microarray Scanner 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 microarray
scanner. The scanner 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 located 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-0-004 is
issued as a request for quotations. 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 May 23, 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.
SPECIFICATION: The Microarray Scanner for acquisition and analysis of
gene expression data from microarrays. At a minimum the fully
integrated scanner and software system should possess the following
properties: 1)simultaneously scans microarray slides at two wavelengths
using a dual laser scanningsystem; 2) at least 60 um depth of field;
3)precisely controls the scan area; 4) automatically reads bar codes;
5)automatically calculates and subtracts local background;
6)automatically correlates microarray features with gene names imported
from an array list; 7) automatically aligns user-constructed blocks
with DNA features on a microarray; 8) graphs the data; 9)presents the
extracted data in spreadsheet format; 10)exports intensity, ratio and
quality measure data for analysis; 11)displays images from two
wavelengths and a ratio image as they are acquired in real time;
12)scripting capabilities for generating customized reports; 13)tightly
integrated software/hardware package that runs self-diagnosis of laser
power and performance; 14)array list generator for identifying genes.
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 from delivery. 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
quotation, 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 quotation. 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 31, 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. Posted 05/09/00
(W-SN452876). (0130) Loren Data Corp. http://www.ld.com (SYN# 0293 20000511\66-0011.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|