Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2002 FBO #0297
SOLICITATION NOTICE

66 -- Multi-Analyte Profiling System

Notice Date
9/23/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area National Animal Disease Center, 2300 Dayton Avenue, Ames, IA, 50010
 
ZIP Code
50010
 
Solicitation Number
RFQ12502
 
Point of Contact
Donna Haws, Purchasing Agent, Phone 515-663-7246, Fax 515-663-7482,
 
E-Mail Address
dhaws@nadc.ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item identified below, prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: offers are being requested and a written solicitation will not be issued. This solicitation number RFQ12502 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-07. This procurement shall be solicited under the Simplifed Acquisition Procedures (SAP) and is a Small-Business Set-Aside. The North American Industry Classification System Code (NAICS) code is 339111. The USDA, Agricultural Research Service, National Animal Disease Center has a requirement to procure a Multi-Analyte Profiling System (UPSTATE Model Luminex100 IS or EQUAL). The item you are offering must meet or exceed the following salient characteristics: Must have microfluidics to align beads in a single file for accurate reading of results. Must have 2 lasers: one for the detection of the fluorescent bead itself and the other for the fluorescent reporter used in the assay. The color signatures must be captured optically and processed digitally in a binding data. Instrument must have Dell computer or EQUAL with software version 1.7, the XY platform and the Sheath Delivery System. Instrument must be compact in a 17" x 20" footprint. The entire system must integrate lasers, optics, fluidics, a controller and advanced digital signal processing into the 17" x 20" footprint. Ideal for developmental applications, this compact lab analysis system must integrate lasers and optics. Must multiplex and be capable of simultaneous assays of up to 100 analytes per well of a microtiter plate. Software MUST be user friendly for scientists and technicians. Must be able to quickly develop specific templates for commercial or custom multiplex kits. Must have fully integrated graphing and data regression capabilities. Must have internal troubleshooting and self-diagnostic capabilities that allows the user to quickly identify problems. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certification-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In Paragraph (B) of 52.212-5, the following apply: 52.203-6, 52.225-1 and 52.225-13. All offerors must include copies of 52.212-3 (Representations and Certifications). Faxed quotations are acceptable to Donna Haws at fax number 515/663-7482 on or before September 27, 2002. All responses will be evaluated in order to determine the ability to meet the above stated capabilities. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include technical specifications, descriptive material, literature, brochures and other such information corresponding to each minimum required item, which demonstrates the capabilities of the offeror?s equipment. Offerors shall identify where the offered item meets or does not meet each of the Government?s functional and performance minimum specifications listed herein. Offeror shall include references of three (3) firms for which similar equipment was provided. The anticipated award date is September 30, 2002. SEE NOTE 1.
 
Place of Performance
Address: UNITED STATES DEPARTMENT OF AGRICULTURE, AGRICULTURAL RESEARCH SERVICE, NATIONAL ANIMAL DISEASE CENTER, 2300 DAYTON AVENUE, AMES, IA 50010
Zip Code: 50010
Country: USA
 
Record
SN00173605-W 20020925/020924065122 (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.