Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2002 FBO #0110
SOLICITATION NOTICE

66 -- MULTI-FUNCTIONAL MOLECULAR BIOLOGY ROBOT

Notice Date
3/20/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
02-831-7640
 
Response Due
3/26/2002
 
Archive Date
4/10/2002
 
Point of Contact
Tamara Grinspon, Contract Specialist, Phone (301) 975-4390, Fax (301) 975-8884, - Tamara Grinspon, Contract Specialist, Phone (301) 975-4390, Fax (301) 975-8884,
 
E-Mail Address
tamara.grinspon@nist.gov, tamara.grinspon@nist.gov
 
Description
The National Institute of Standards and Technology (NIST) intends to negotiate, on a sole source basis, under authority of Federal Acquisition Regulation (FAR) 13.106-1(b)-Soliciting from a single source; and 13.5-Test Program for Certain Commercial Items, with MWG Biotech, Inc., of High Point, North Carolina, for Lease to Own of one Robot (RY-4204SF RoboSeq.plus accessories) for the automation of Polymerase Chain Reaction (PCR), PCR clean-up, cycle sequencing reactions and removal of the non-incorporated terminators, and walk-away quantification and concentration adjustment. The system will be used at the DNA Technologies Group, at NIST.*****Sole source determination is based on (a) the need for compatibility with the existing automated PCR cleanup and dye terminator removal reagent systems in an integrated, walk-away fashion; and (b) ability to meet all the following specifications: (1) The instrument shall be capable of multi-tasking so that the two-three hour cycle sequencing procedures do not create bottlenecks to high throughput; (2) The instrument shall have on-board thermal cycling capabilities, or a robotic arm connecting the robot to a robotically interfaced thermal cycler with a motorized lid; (3) The instrument shall be flexible in the use of 96 and 384 well microtiter plate configurations; (4) The instrument shall have a 4 to 8 pipetting tip configuration that can be used with or without tips and have liquid level sensing capabilities. Precision of pipetting shall be <2% variation at 10uL volumes; (5) The instrument shall be capable of cherry picking DNAs in a 4 to 8 tip assembly format; (6) The instrument shall have an onboard shaker, vacuum manifold, and cooled reagent and microtiter plate positions; (7) The instrument shall be capable of holding 10 additional plates in a dark and cooled fashion; (8) The instrument shall be connected to a microtiter plate UV absorbance reader in an automated fashion to allow for sample dilution, absorbance reading, and concentration adjustments as part of the walk-away sample preparation protocol; (9) The instrument shall be capable of reading bar codes; (10) The instrument shall be capable of preparing MALDI-TOF Mass Spectrometry plates in a 96 and 384 well format; and (11) The robot shall fit in a 6 foot long space, on a stainless steel prep table currently in place in the laboratory.*****Installation and training (on operations and applications) shall be included, as well as a warranty on parts and labor for one year from installation.*****MWG Biotech, Inc. is uniquely qualified to meet the Government's current requirement. No other system on the market would offer a system offering complete compatibility with the existing instrumentation, while meeting all required specifications.*****Delivery shall be FOB Destination, Gaithersburg, MD, and is required within 60 days or less from receipt of purchase order (ARO).*****The North American Industry Classification System (NAICS) code for this acquisition is 325413, and the size standard is 500 Employees.*****No solicitation package will be issued. This notice of intent is not a request for competitive quotations. However, responses received by March 26, 2002, will be considered by the Government. A determination by the Government not to compete the proposed acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.*****
 
Place of Performance
Address: National Institute of Standards and Technology, Shipping and Receiving, Building 301, 100 Bureau Drive, Gaithersburg, MD 20899-0001
 
Record
SN00045610-W 20020322/020320213143 (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.