COMMERCE BUSINESS DAILY ISSUE OF JULY 28,2000 PSA#2652 DHHS, PHS, CDC, NIOSH, ALOSH, 1095 Willowdale Rd., Morgantown, WV
26505-2888 66 -- MICROARRAY SCANNER AND ANALYSIS SOFTWARE SOL rq2000-030 DUE
081800 POC Brenda Goodwin, 304/285-5882; Contracting Officer, Rex S.
Wolfe, Jr., 304/285-5883 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 ONLY SOLICITATION; BIDS ARE
BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This
solicitation is issued as Request for Proposal No. RQ2000-030 This
procurement is being issued unrestricted. The Standard Industrial
Classification is 3826 with a size standard of 500 employees. This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-18. The National
Institute for Occupational Safety and Health (NIOSH), Morgantown, WV,
requires ONE EACH of a GENEPIX 4000A Microarray SCANNER and ANALYSIS
SOFTWARE manufactured by Axon Instruments, Inc., Foster City CA or
equivalent, with service warranty (2 year total) and Computer.
SPECIFICATIONS: The scanner shall have an integrated software and
hardware system which is designed to work together as a unit. Scanner
shall allow simultaneous imaging of both the Cy3 and Cy5 dyes, which
increases the acquisition speed and eliminates the need to overlay
images. Scanner shall be a NON-confocal system to provide a better
signal-to-noise ratio. Computer minimum requirements are a Dell
Dimension XPS T700MHz with Pentium III mini-tower with 256K Cache;
Operating System is Microsoft Windows NT 4.0, SP5, factory install
(420-1601); factory installed software: Norton Antivirus 2000, version
5.0 with CD & Documentation, English (412-5620); 8x/4x/32x CD-RW,
factory install (313-0506); MS Office SBE 2000, CD with documentation,
US English, OEM Package, Factory Install (412-1300); and 21" Monitor
(19.8 VIS, 24-25AG) P1110 Trinitron, Dimension, Factory Install
(320-0075). Two year Parts and labor warranty (may include extended
warranty). EVALUATION FACTORS: Offerors will be evaluated for technical
compliance with the specifications. The Government desires delivery
within 10 weeks after receipt of order. Offers shall propose based on
a delivered price, F.O.B. Destination (Morgantown, West Virginia) and
the requirements at FAR 52.214.21 "Descriptive Literature" apply.
Information provided must demonstrate the unit's ability to meet the
stated Technical Criteria (specification) or your offer may be
rejected. The Government anticipates one award to the responsive,
responsible offeror whose proposal is considered most advantageous to
the Government. The following FAR provisions apply to this
solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial
Items; 52.212-4, Contract Terms and Conditions -- Commercial Items and
52.212-5 Contract Terms and Conditions Required to Implement Statutes
or Executive Orders -- Commercial Items. Additionally, the following
FAR clauses cited in Clause 52.212-5 are also applicable to this
acquisition as follows: FAR 52.222-3 "Convict Labor (E.O. 11755)",
52.233-3 "Protest After Award (31 U.,S.C. 3553 and 40 U.S.C. 759)",
52.203-6 "Restrictions onSubcontractor Sales to the Government, With
Alternate I"; 52.203-10 "Price or Fee Adjustment for Illegal or
Improper Activity", 52.219-8 "Utilization of Small Business Concerns
and Small Disadvantaged Concerns; 52.222.26 "Equal Opportunity";
52.222-35 "Affirmative Action for Disabled Veterans and Veterans of the
Vietnam Era"; 52.222-36 "Affirmative Action for Workers With
Disabilities"; 52.222-37 "Employment Reports on Disabled Veterans and
Veterans of the Vietnam Era"; 52.225-3 "Buy American Act -- Supplies";
52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722,
12724, 13059, 13067, 13121, and 13129); 52.225-18 "European Community
Sanctions for End Products." OFFERS ARE DUE AUGUST 18, 2000, 2:00 p.m.
local prevailing time. The offer acceptance period shall be at least
60 days. SUBMIT THE FOLLOWING INFORMATION TO: DHHS, PHS, CDC, NIOSH,
ALOSH, Attn: Brenda Goodwin (MS1019), REF: Solicitation RQ2000-030,
1095 Willowdale Road, Morgantown, WV 26505: (1) Original and two copies
of a completed SF 1449, signed by an individual authorized to bind the
organization; (2) Schedule of Supplies/Services (vendor proposal)
containing an item description with Part Numbers and Pricing for the
system, a delivery schedule, and published price lists (if available);
(3) completed Representations and Certifications -- Commercial Items,
FAR 52.212-3; (4) descriptive literature, tables, etc. which
demonstrate compliance with specifications for evaluation purposes; and
(5) acknowledgment of solicitation amendments, if any. Facsimile Offers
are not authorized. Offers that fail to furnish the required
information, or reject the terms and conditions of the solicitation may
be excluded from consideration. Award of a firm fixed-price contract is
anticipated. Information regarding this notice can be obtained from
Brenda Goodwin at (304) 285-5882 or by fax at (304) 285-6083. All
responsible sources may submit a response, which shall be considered by
the Agency. Posted 07/26/00 (W-SN478918). (0208) Loren Data Corp. http://www.ld.com (SYN# 0278 20000728\66-0011.SOL)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on July 26, 2000 by Loren Data Corp. --
info@ld.com
|
|
|