Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2002 FBO #0206
SOLICITATION NOTICE

66 -- PCR Detection System

Notice Date
6/24/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Research Contracts Br., 6120 Executive Blvd. EPS Suite 600, Rockville, MD, 20852
 
ZIP Code
20852
 
Solicitation Number
RFQ-NCI-20065-NV
 
Response Due
7/2/2002
 
Archive Date
7/17/2002
 
Point of Contact
Deborah Moore, Purchasing Agent, Phone (301) 402-4509, Fax (301) 402-4513, - David Keefer, Contracting Officer, Phone (301) 435-3801, Fax (301) 480-0309,
 
E-Mail Address
dm170b@nih.gov, dk63h@nih.gov
 
Description
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation, No. RFQ-NCI-20065-NV includes all applicable provisions and clauses in effect through FAR FAC 2001-06. The acquisition is being made in accordance with the test program for using simplified procedures for certain commercial items authorized in FAR 13.6. The North American Industry Classification code is 334516, and the business size standard is 500 Employees. However, this solicitation is not set-aside for small business. Background: The Gene Response Section of BRL investigates stress responses in mammalian cells. This includes cellular responses such as DNA repair, apoptosis and cell cycle checkpoints and the signaling pathways that lead to such events. The role of genes involved in stress responses is investigated at both the protein and the RNA level in different tissue and cell types after various types of stresses. Requirement: The BRL/NCI requires a PCR instrument that shall have the following minimum specifications: 1) be able to accommodate standard 96well PCR plates; 2) tubes should be sealed during the run; 3) read time should be programmable to any point within each cycle; 4) unit should have both excitation and emmission filter; 5) capability to read at least 4 different fluors in each reaction; 6) entire plate should be read at once, not scanned; 7) there should be a signal amplification device if a ccd sensor is used; 7) lamp should be able to be user changed; 8) programming should include compensation for spectral overlap of fluors; 9) require real time monitoring capability; 10) programming must be able to include an internal positive control; 11) programming must be able to do endpoint measurements; 12) raw data is stored and can be reanalyzed with different parameters at any time; and 13) footprint must be less than 15 x 15 inches due to space constraints Offerors must provide descriptive literature, or other materials that demonstrate that their offer meets the foregoing requirements. The contract will be awarded to the responsible offeror with the lowest-price offer that fully meets the requirements of the solicitation. This solicitation incorporates the provisions at FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS, and at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS. The latter provision includes the DUNS Number Addendum. The resulting contract will incorporate the requirements of the clause at FAR 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS, and the requirements contained in paragraphs (a) and (d) of the clause at FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS - DEVIATION FOR SIMPLIFIED ACQUISITIONS. The contract will also incorporate the following FAR clauses cited in paragraphs (b) and (c) of the latter clause: FAR 52.222-26, EQUAL OPPORTUNITY; FAR 52.222-35, AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERANS; FAR 52.222-36, AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS; FAR 52.222.37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS AND VETERANS OF VIETNAM ERA; and FAR 52.225-3, BUY AMERICAN ACT - SUPPLIES. Offers are due July 2 at 1:00 p.m. EDT. Facsimile submission are not authorized. Offers must be in writing and should be submitted one original and two copies of the follows: (1) completed SF 1449, signed by an individual authorized to bind the organization; (2) a Schedule of Offered Supplies/Services containing pricing for the system being offered, published price lists (if applicable), and a delivery schedule; (3) completed Representations and Certifications - Commercial Items, with DUNS Number addendum; (4) descriptive literature indicating that the offer meets the stated requirements; (5) acknowledgment of amendments, if any. The Representations and Certifications must be signed by an authorized representative of the offeror. Full text copies of the Representations and Certifications or other cited provisions and clauses may be obtained from Debbie Moore, Purchasing Agent, on (301) 402-4509 or by fax on (301) 402-4513. Offers and related materials must be submitted to Debbie Moore at the listed address. Offers that fail to furnish the required information or reject the terms and conditions of the solicitation may be excluded from consideration. Please cite the solicitation number on your offer. Any questions must be submitted in writing and may be e-mailed to dm170b@nih.gov or faxed to 301-402-4513. It is the vendors responsibility to call 301-402-4509 to insure questions have been received. No collect call will be accepted.
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland
Zip Code: 20892
 
Record
SN00098402-W 20020626/020624213131 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.