Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 9, 2000 PSA #2724
SOLICITATIONS

66 -- POLYMERASE CHAIN REACTION SEQUENCE-DETECTION SYSTEM

Notice Date
November 7, 2000
Contracting Office
DHHS, PHS, CDC, NIOSH, ALOSH, 1095 Willowdale Rd., Morgantown, WV 26505-2888
ZIP Code
26505-2888
Solicitation Number
2001-Q-04000
Response Due
November 29, 2000
Point of Contact
Rex S. Wolfe, Jr., 304/285-5883; Brenda Goodwin, 304/285-5882
Description
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 Quotation No. 2001-Q-04000. This procurement is being issued unrestricted under the Standard Industrial Classification Code 3826 (NAICS 334516) with a size standard of 500 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. The National Institute for Occupational Safety and Health (NIOSH), Morgantown, WV, requires ONE EACH of a Polymerase Chain Reaction (PCR) Sequence-Detection System for performing Real-Time PCR. The system will be used to perform quantitative PCR to measure levels of microbial DNA and/or RNA in environmental samples; and to quantify levels of gene expression in tissue and cell culture samples. The system must include all equipment and software necessary for full use of the system. The system must have the following capabilities: (1) When performing multiplex 5' nuclease (TaqMan) PCR, system can be used to multiplex at least 3, and preferably 4, different fluorophores. Must be able to differentiate between the following dyes when used as labels in the multiplex PCR reaction: FAM, VIC, and ROX; (2) Offers flexible choices in both excitation and emission wavelengths, allowing the instrument to be adapted to multiple fluorophores, including future fluorophores as they become available; (3) Able to perform real-time PCR using SYBR Green to quantify product; (4) Able to do melting curve analysis of PCR products to document specificity of real-time PCR using SYBR Green; (5) Able to accommodate at least 32 PCR reactions at once; (6) Allows monitoring of optical data from PCR reactions in real time; (7) Able to be interfaced to a personal computer and uses software allowing adjustment of protocol parameters including temperatures and durations, number of cycles, optical read points, and melt curve parameters; and is able to output graphical and numerical results of key data including temperature, fluorescence signal, growth curves, and melt curves. Also allows electronic storage of data in format allowing retrieval and reanalysis. Preference given to software that is compatible with Windows 95/98/Me/NT/2000; and (8) System price to include set-up, training, technical support, and at least 1 year warranty. EVALUATION FACTORS: Offerors will be evaluated for technical compliance with the specifications. Offerors are responsible for providing adequate information with their offer to demonstrate they are in compliance with the specification. The Government desires delivery within 6 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 on Subcontractor 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 NOVEMBER 29, 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 2001-Q-04000, 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 purchase order 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.
Record
Loren Data Corp. 20001109/66SOL011.HTM (W-312 SN5061V7)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on November 7, 2000 by Loren Data Corp. -- info@ld.com