Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2002 FBO #0291
SOLICITATION NOTICE

66 -- FLUORCHEM 8900 ADVANCED FLUORESCENCE CHEMILUMINESCENCE AND VISIBLE IMAGING SYSTEM AND ACCESSORIES

Notice Date
9/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
 
ZIP Code
19038
 
Solicitation Number
Reference-Number-1920-100-222(FDWSRU)
 
Point of Contact
Lisa Botella, Contract Specialist, Phone 215-233-6551, Fax 215-233-6558, - Eileen LeGates, Procurement Assistance Officer, Phone 215-233-6551, Fax 215-233-6558,
 
E-Mail Address
lbotella@naa.ars.usda.gov, elegates@naa.ars.usda.gov
 
Description
The USDA, Agricultural Research Service (ARS), intends to negotiate solely with Alpha Innotech, San Leandro, California to furnish, deliver and install a new Fluorchem 8900 Advanced Fluorescence Chemiluminescence and Visible Imaging System and Accessories at the USDA, ARS, NAA, Foreign Disease-Weed Science Research Unit (FDWSRU), 1301 Ditto Avenue, Fort Detrick, Maryland 21702. The USDA, ARS, FDWSRU has determined that the Alpha Innotech's Fluorchem 8900 Advanced Fluorescence Chemiluminescence and Visible Imaging System and Accessories will be used in our lab for gel documentation and imaging for a variety of applications. This system will use visible light, chemiluminescence or fluorescence to take visual images of DNA, RNA and protein gels, intact plant material, bacterial colonies, fungal cultures and perform microarray analysis. The new system must be compatible with an existing Alpha Innotech 2000 Imaging System and the AlphaEase FC software to allow files and data to be transferred to the Flurochem 8900 for acquisition and comparison with files generated on the 8900 system. The Fluorchem 8900 Advanced Fluorescence Chemiluminescence and Visible Imaging System includes the following accessories and components: 1) SHCCD -40 degree Peltier cooled 16-bit camera with zoom lens; 2) F 1.2 12.5 x 75mm zoom optics for maximum light transmission, interference filter and +2 diopter close-up lens; 3) Minimum of 1300 x 1000 pixels for high resolution imaging; 4) Automatic exposure algorithms software for maximum dynamic range of images; 5) Pentium 4, 20GB hard drive, 128 MB ram, CD-RW, 10-100 Network Interface card, Windows 2000 Professional operating system computer for storage of image files, 17" SVGA monitor, mini-keyboard, mouse; 6) Color and Thermal Gray scale printer and one roll of thermal paper; 7) Automatic lane/band detection; 8) Fluorchem Alpha Ease one button click for enhancement and analysis for ID analysis, 2D densityometry and microarray analysis; 9) Software shall be provided on diskettes and includes all upgrades; 10) Installation and on-site training for a maximum of five (5) people within two weeks after delivery; 11) One set of the operations, repair and maintenance manuals, service, operating system and software instructions. In addition, a one-year parts and labor warranty on the Imaging System and three (3) years on the computer is required. The Contractor shall also provide a copy of any available extended warranties and costs. DELIVERY shall be F.O.B. Destination, within Consignee's Premises within 14 weeks after receipt of the order. SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE -All Electronic and Information Technology (EIT) procured through this Contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. (36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.access-board.gov/sec508/508standards.htm#PART1194. The following standards are applicable to this contract: 1194.21, 1194.25 and 1194.26. The Contractor must note in the schedule whether each product or service is compliant or noncompliant with the accessibility standards at 36 CFR 1194. For each item that is identified as compliant the Contractor shall provide evidence or verification of compliance. The proposal must indicate where full details of compliance can be found (e.g schedule attachment, vendor's website or other readily available location (specify). Companies with the demonstrated capability and financial capacity to provide and service such equipment, and warranty must submit a written substantive statement outlining the Company's and systems' capabilities, available service agreements and consumables (including price lists). The Contractor is responsible for monitoring the FBO website at http://www.fedbizopps.gov for information relating to this requirement. Offerors will be responsible for downloading their own copy of these documents (if any). Contractors are required to acknowledge receipt of all Amendments (if any). If no affirmative responses are received with 5 days of publication of this notice to determine whether a qualified source is more advantageous to the Government, an order will be placed with Alpha Innotech under the authority of FAR 6.302. The NAICS Code is 421490 with a size standard of 500 employees. This is not a request for proposal. INFORMATION SENT BY E-MAIL OR FAX IS NOT ACCEPTABLE. No solicitation is available.
 
Place of Performance
Address: USDA, ARS, NAA, Foreign Disease-Weed Science Research Unit (FDWSRU), 1301 Ditto Avenue, Fort Detrick, MD
Zip Code: 21702
Country: United States
 
Record
SN00168885-W 20020919/020917213209 (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.