Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 19, 2000 PSA #2688
SOLICITATIONS

66 -- FLUOR-S MULTI IMAGING SYSTEM

Notice Date
September 15, 2000
Contracting Office
USDA, ARS, FMOD, BA, Contracting Section, Bldg. 003, Rm. 329, 10300 Baltimore Ave., Beltsville, Maryland 20705-2350
ZIP Code
20705-2350
Solicitation Number
22-3K47-00
Response Due
September 28, 2000
Point of Contact
Angie Bianco, Contract Specialist, (301) 504-5548; Fax (301) 504-5009
Description
This is a combined synopsis/solicitation for commercial items identified below, prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation number 22-3K47-00, is issued as a Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 97-19. This procurement is unrestricted. The standard industrial classification code is 3826, with a small business standard of 500 employees. The Government intends to negotiate non-competitively with Bio-Rad, Life Science Group, 2000 Alfred Nobel Drive, Hercules, CA 94547, under the authority of 41 U.S.C. 253 (1) when there is a reasonable basis to conclude that the agency's minimum needs can only be satisfied by one responsible source and no other supplies will satisfy the agency requirement. The BioRad Fluor-S Multi Imaging System and components are sole source because of it's unique capability to meet the Government's need and also because of pre-existing equipment already obtained by the government. The MINIMUM REQUIREMENT for the multi-imaging system is as follows: (1) Isoelectric Focusing System must be capable of the following: (a) 0 to 10,000 volts and 0 to 3 milliamps; (b) holds 7, 11, and 17 cm. IPG strips; programmable focusing time, temperature, current limit and voltage ramping; (d) 3 semi-programmable methods and 10 programmable methods with 9 steps each. (2) Standards Software package must be capable of the following: (a) analyze up to 100 gels at a time and form databases of up to 1000 gels; (b) Windows (PC) compatible. (3) Multi-imaging system must be capable of the following: (a) imaging up to 17 cm. X 17 cm. gels; (b) detect chemiluminescent, densitometric and fluorescent images; have picogram sensitivity for EtBr stained DNA; (d) CCD camera with 1317 X 1035 pixels; (e) Windows (PC) compatible & RS232 interface via SCSI cable. LINE ITEM 1, 165-4000 PROTEAN IEF System, Complete, 3 each; LINE ITEM 2, 165-6024 CRITERION GEL/PLATE BLOT SYSTEM, 3 each; LINE ITEM 3, 170-8603 Discovery Series PDQuest PC, 1 each; LINE ITEM 4, 170-7700 Fluor-S Multi Imaging System -- PC 100-240V, 1 each; LINE ITEM 5, Various Reagents to include: 163-2000 -- Ready Strip 3-10ph(12); 163-2001 -- Ready Strip 4-7ph(12), 163-2003 -- Ready Strip 3-6ph(12), 163-2004 -- Ready Strip 5-8ph(12), 163-2005 -- Ready Strip 7-10ph(12), 161-1102 -- Ready Gel -- 12% 10 well, 161-1138 -- Ready Gel 12% 2D/Prep well, 161-1106 -- Ready Gel 10-20% 10 well, 161-1142 -- Ready Gel 10-20% 2D/Prep well. Year 2000 Warranty -- Information Technology Products; The contractor warrants that hardware, software, and firmware product delivered or developed under this contract, will be able to accurately process date data (including, but no limited to calculating, comparing, and sequencing) from, into, and between the 20th- and 21st-centuries, including leap year calculations, when used in accordance with the product documentation provided by the contractor, provided that all listed or unlisted items (e.g., hardware, software, firmware) used in combination with such listed products properly exchange date data with it. If the contract requires that specific listed products must perform as a system in accordance with the foregoing warranty, then that warranty will apply to those listed products as a system. The duration of this warranty and the remedies available to the Government for breach of this warranty will be as defined in, and subject to, the terms and limitations of the contractor's standard commercial warranty or any general warranty provisions of this contract, provided that notwithstanding any provision to the contrary in such commercial warranty or general warranty provision(s), or in the absence of any such warranty provision(s), the remedies available to the Government under this warranty will include repair or replacement of any listed product whose noncompliance is discovered and made known to the contractor in writing within ninety (90) days after acceptance. Nothing in this warranty will be construed to limit any rights or remedies the Government may otherwise have under this contract with respect to defects other than Year 2000 performance. The delivery is FOB destination (including inside delivery) to Beltsville Agricultural Research Center, Beltsville, Maryland. Delivery is required 60 days after award. This solicitation incorporates the following FAR clauses, provisions, and addendums: 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-2 Evaluation -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items; 52.212-4 Contract Terms and Conditions -- Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; and 52.247-34 F.O.B. Destination. In paragraph (b) of 52.212-5, the following apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.222-15, and 52.232-34. 52.222-70 COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING REQUIREMENTS (JAN 1999) (DEVIATION) (USDA). (a) The offeror represents that, if it is subject to the reporting requirements of 38 U.S.C. 4212(d) (i.e., the VETS-100 report required by FAR clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has [ ], has not [ ], submitted the most recent report required by 38 U.S.C. 4212(d). (b) An offeror who checks "has not" may not be awarded a contract until the required report is filed. CONTRACT PAYMENT (MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER) Electronic Funds Transfer compliance with 31 CFR 208. To facilitate EFT for contract payments, FAR clauses 52.232-34 and 52.232-35 (31 CFR Part 208) requires the submission of information by the contractor to the payment office. Upon award, the contractor shall contact the Miscellaneous Payments Section at the National Finance Center (NFC) to initiate the enrollment process of the Vendor Express Program (VXP), which will result in a number being assigned to the contractor for payment under EFT. NFC can be reached at 1-800-421-0323 or at www.nfc.usda.gov. All offerors must include completed copies of 52.212-3 (Representations and Certifications) and 52.222-70 (Compliance with Veterans Employment Reporting Requirements). Fax quotations are acceptable to Angie Bianco at (301) 504-5009 on or before September 28, 2000 at 3:00 p.m. (EST). All responses WILL be evaluated in order to determine the ability to meet the above stated capabilities. Responses shall include technical specifications, literature, brochures and other such information corresponding to each minimum required items which demonstrates the capabilities of the offeror's equipment. Offerors shall identify where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. The Government will award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The anticipated award date is September 30, 2000. All responsible sources may submit a quotation which shall be considered by the agency.
Record
Loren Data Corp. 20000919/66SOL011.HTM (W-259 SN497326)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on September 15, 2000 by Loren Data Corp. -- info@ld.com