Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 14, 2001 PSA #2936
SOLICITATIONS

66 -- DA VINCI MICROPLATE PROCESSOR ANALYZER (BRAND-NAME OR EQUAL)

Notice Date
September 12, 2001
Contracting Office
Federal Bureau of Prisons, Low Security Correctional Institution, P.O. Box 999, Butner, NC 27509-0999
ZIP Code
27509-0999
Solicitation Number
RFQ 453-0039-1
Response Due
September 17, 2001
Point of Contact
Larry D. Sayles 919-575-5000 ext. 1069
E-Mail Address
click here to contact the contracting offier via e-mail (lsayles@bop.gov)
Description
This is a combined synopsis/solicitation. Request for Quotation #RFQ 453-0039-1, entitled "Microplate Processor Analyzer" is hereby issued for commercial items and is prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, Part 13, Simplified Acquisition Procedures, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. Contractor's proposals, technical and price, are herein requested. A response to requirements listed below shall be submitted on contractor's letterhead or formal quotation form and must address all requirements. Contractor's price and technical proposal must contain the name, title, and signature of person authorized to submit proposals on behalf of the contractor. Solicitation Number RFQ-453-0039-1 is issued as a Request For Quotation and incorporates provisions and clauses in effect through Federal Acquisition Circular 97-27. NAICS Code 3339111 applies to this procurement and the small business size standard is 500 employees. FOB Point: Destination. The following provisions and clauses shall apply to this solicitation and any award made thereof: FAR 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at: http://www.arnet.gov/far. FAR 52.212-1 -- Instructions to Offerors/Commercial Items; FAR 52.212-2 Evaluation Commercial Items; FAR 52.212-3 -- Offeror Representation and Certifications Commercial Items (NOTE: Offerors must include a completed copy of "Offeror Representations and Certification" along with offer); FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; FAR 52.216-18 Ordering. JAR 2852.211-70 Brand Name or Equal. (a) The terms "bid" and "bidders", as used in the clause, include the terms "proposal" and "offerors". The terms "invitation for bids" and "invitation", as used in the clause include the terms "request for proposal" and "request". (b) If items called for by this invitation for bids have been identified in the schedule as "brand name or equal," description such identification is intended to be descriptive but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering "equal" products (including products of a brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics and requirements listed in the invitation. (c) Unless the bidder clearly indicates in his/her bid that he/she is offering an "equal" product, his/her bid shall be considered as offering the brand name product referenced in the invitation for bids. (d)(1) If the bidder proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and determination to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchase activity. To ensure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the purchasing activity to: (i) determine whether the product offered meets the salient characteristics requirements of the invitation for bids, and (ii) establish exactly what the bidder proposed to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific reference to information previously furnished or information otherwise available to the purchasing activity. (2) If the bidder proposed to modify a product so as to make it conform to the requirements of the invitation for bids, he/she shall: (i) include in his/her bid a clear description of such proposed modification, and (ii) clearly mark any descriptive material to show the proposed modifications. (3) Modification proposed after the bid opening to make a product conform to a brand name product referenced in the invitation for bids will not be considered. Quotations are due by 2:00pm September 17, 2001, Eastern Standard Time. Butner Federal Medical Center has a requirement for the following equipment: 1 each da Vinci Microplate Processor Analyzer system with Aurora Data Management. To include: One year Warranty on parts/labor and training for two operators. The Infectious Disease Microplate Processor Analyzer system must have the following salient characteristics: fully automated processing unit that can identify, pipette and/or dilute samples into micro plates, incubate, wash and read samples; analyze for HIV and perform Western Blot confirmation; must have an "open system" allowing for other EIA assays, able to utilize a 96 well version; capable of performing more than one analyte simultaneously, read bar code; interface with a Lab Information system; pipette must process volumes up to 100ul and reagent volumes to 25-300ul; maximum processing transport time from any process to any process shall be 1 minute or less and cable of processing 10 plates at once; a capacity of at least 192 samples; configured for USA standard power sources, data management must be able of performing data reduction and print results. Proposals should be mailed/faxed to: LSCI Butner, Larry D. Sayles, Contracting Office, P.O. Box 999, Old N.C. Highway 75, Butner, NC 27509; 919-575-5036 (fax). Award will be made to the offeror determined to be the best value to the Government. Evaluation may be made with or without discussions with the offeror(s). All responsible sources that can meet the requirements as listed may respond to this solicitation by submitting a price and technical proposal. All potential offerors should contact the contracting officer identified in this notice for additional information and/or to communicate concerns, if any, concerning this acquisition.
Record
Loren Data Corp. 20010914/66SOL001.HTM (W-255 SN50X3X0)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on September 12, 2001 by Loren Data Corp. -- info@ld.com