Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2002 FBO #0096
SOLICITATION NOTICE

66 -- 66-Robotic Fluid Handling Instrument

Notice Date
3/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Jefferson Laboratories, National Center for Toxicological Research, Attn: Contracts 3900 NCTR Road, Jefferson, AR, 72079
 
ZIP Code
72079
 
Solicitation Number
R-5056-00-2-00
 
Response Due
3/26/2002
 
Archive Date
4/10/2002
 
Point of Contact
Karen Moore, Contract Specialist, Phone (870) 543-7479, Fax (870) 543-7990, - Vicky Culp, Contract Specialist, Phone (870) 543-7459, Fax (870) 543-7990,
 
E-Mail Address
kmoore@nctr.fda.gov, vculp@nctr.fda.gov
 
Description
66-This is a combined synopsis/solicitation for commercial items prepared in accordance with format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is issued as RFQ number R-5056-00-2-00. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-04. The North American Industry Classification System code is 339111 with a size standard of 500 employees. Requirement: Quantity 1; each, Biomek FX Single Arm System with Single Multi Channel Pipettor, or Equal, with stationary work surface with multi surface positions requiring no user intervention, 96 - 384 channel head, disposable tips, multiple automated tip loading, boxed disposable tips, tip wash station, split deck, pipetting range from 96 to 384 channel, liquid level detection, automated Robotic positioning, PC System Control, SILAS compatible. Requirement: 1 each; Biomek FX disposable tip pipetting head or equal, multi channel pipettor configured for AP96 high or low volume tips, 200ul. Requirement: 1 each Biomek FX System software and controller, or equal, system automation controller 17" monitor, software. Requirement: 1 each; Biomek FX replication wizard software, or equal, self guided interview allowing user selection of the source plate type and the destination plate type. Selection of number of replicates and the addition of reagents. Requirement: 1 each; Biomek FX Disposable Tip Loader, or equal, automated tip loader, tubing and can communications cable, 65 PSI clean dry air, 2.1 cfm. Requirement: 3 each; Standard Single Position ALP, or equal, for positioning of standard 96 and/or 384 well microtiter plates as singles or in stacks with spacing to support gripper and/or robotic manipulation. Requirement: 1 each; High-Density Sixteen position ALP, or equal, standard 96 and/or 384 well microtiter plates as singles or in stacks. Requirement: 1 each; Biomek FX Stacker Carousel, or equal, Carousel for mounting, teach pendent, serial communications cable. Requirement: 4 each; Biomek FX Stacker 10 position stack, or equal, accommodates lidded and unlidded AP96/AP384 tip racks, deep well plates, microplates stacks, modular reservoirs and microplates. Requirement: 1 each; Biomek FX Shaking ALP (Linear) single position linear shaking ALP can communications cable, or equal, positionable in any location. Requirement: 1 each; Air Compressor. Requirement: 1 each; Waste ALP, slide and disposable bags. Specify warranty, should be FOB Destination with stated time frame for delivery. FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR Requirement: FAR 52.212-1 Instructions to Offerors - Commercial Items (OCT 2000) is incorporated by reference and applies to this acquisition. Provide existing product literature regarding the requirement. You may offer more than one product; however each will be evaluated as a separate offer. Evaluation Criteria: FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition and paragraph (a) is completed: "The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical merit (which is adherence to the requirement), past performance and price are weighted equally and price must be considered fair and reasonable. The government reserves the right to award to other than low offeror. Offeror's shall include with their proposals a completed copy of FAR provision 52.212-3 Offeror Representations and Certifications - Commercial Items. FAR Clause 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, are incorporated by reference and apply to this acquisition. For paragraphs (b) and (c) of FAR clause 52.212-5 only the following are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-8 Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3)), 52.222-26 Equal Opportunity (EO 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-21 Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program (41 U.S.C. 10, Pub. L. 103-187), 52.232-33 Payment by Electronic Funds Transfer Central Contractors Registration (MAY 1999). Offers are due at the NCTR Contracts Office, 3900 NCTR Road, Jefferson, AR by 10:00 AM local prevailing time, on 3/26/02. Submit quotations to National Center for Toxicological Research, ATTN: Karen Moore-Morse, 3900 NCTR Road, Jefferson, Arkansas 72079. Please reference RFQ # R-5056-00-2-00. Offeror's that fail to furnish required representations and certifications, or required product literature, past performance information and price, or reject the terms and conditions of the solicitation, may be excluded from consideration. The Government may make its decision on the basis of initial quotations received and not have discussions. Therefore, each initial quotation should contain the offeror's best terms. Response may be faxed to 870/543-7990. Contact Karen Moore-Morse at 870/543-7479 for information regarding this solicitation.
 
Place of Performance
Address: National Center for Toxicological Research, 3900 NCTR Road, Jefferson, AR 72079
Zip Code: 72079
Country: USA
 
Record
SN00036454-W 20020308/020307124234 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.