Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2003 FBO #0475
SOLICITATION NOTICE

66 -- DNA CAPILLARY SEQUENCING SYSTEM AND REAL TIME PCR

Notice Date
3/18/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
WC133C-03-RQ-0125
 
Archive Date
4/30/2003
 
Point of Contact
Jeanie Jennings , Contract Specialist , Phone 816-426-7267, Fax 816-426-7530,
 
E-Mail Address
Jeanie.M.Jennings@noaa.gov
 
Description
This is a Request for Quotation (RFQ) from the NOAA/Central Administrative Support Center (CASC) and Hollings Marine Laboratory. The RFQ is to provide one or both of the following items: DNA Capillary Sequencing System and/or Real Time PCR. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6 as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; quotes are being requested a written solicitation will not be issued. Solicitation number WC 133C-03-RQ-0125 is issued as a Request for Quotation. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-12. All the line items will be delivered or picked up in accordance with the specification listed below. Prices quoted shall include cost of delivery, if required in accordance with FAR 52.247.34, FOB Destination (NOV 1991). Date of delivery is stated in the specifications listed below. The provisions of FAR 52.212-1 Instructions to Offerors - Commercial Items (Oct 2000) FAR 52.212-4, Contract Terms and conditions - Commercial Items (FEB 2002)and FAR 52-212-5; Contract Terms Conditions Required to Implement Statues or Executive Orders - Commercial Items (May 2002) and FAR 52.216-27 Single or Multiple Awards (October 1995) apply to this acquisition. Include FAR 52.212-3, Offerors Representations and Certifications - Commercial Items (July 2002) with your quotation. FAR and FAC clauses are available on the Internet Website http://www.arnet.gov/far. Signed and dated quotes must be submitted to the U.S. Department of Commerce, NOAA/CASC, ATTN: AMD/Jennings, Room 1756, 601 East 12th Street, Kansas City, Missouri, 64106. Quotes for any of the line items must be received on or before 2:00 pm CST, April 2, 2003. Quotes may be faxed to 816-426-7530/ATTN: Jennings. Quotations are being solicited on a multiple award schedule. Offerors may submit a quote on one or more of the line items. Award will be made to the lowest price, responsive, responsible offeror who demonstrates compliance with the requirements of this solicitation by line items. Quotes shall include both unit price and total price. Offerors are not required to submit a quote on each line item. The Government may award to multiple offerors. The Government may request samples from the offerors in the competitive range before award. The NAICS for this procurement is 423490. ITEM 1. Provide DNA CAPILLARY SEQUENCING SYSTEM with the following minimum specifications: a. The instrument must be a 16-capillary, fluorescence-based genetic analysis system. It must be fully automated from sample loading to polymer replacement, DNA separation, detection, and data analysis. Run conditions must be optimized for several applications, such as de novo or comparative DNA sequencing and DNA fragment analysis. A full complement of chemistry kits, software, and accessory products must be available. b. The instrument must be capable of analyzing multiple runs of samples-16 samples per run. The system must be fully automated from sample loading to analyzed sequence or size-called results. The instrument must have a computer workstation for instrument operation and data analysis-specifically a Dell with Dual Pentium Pro Processor running Windows NT 4.0 or higher operating system, which is a powerfully computing platform necessary for receiving data from the instrument at a high rate. The Windows NT operating system should also be designed for networking with a larger laboratory management-computing environment. c. The system should use software for sample import and instrument control that can regulate the functions of the instrument and automatically process the data once the instrument has detected it. It must also provide several options for instrument diagnostics and automatic import of sample plate information. d. The instrument must use analysis software and algorithms that perform either base calling DNA sequencing or size calling for DNA fragment analysis: Data files should be generated in industry standard ABIF format, which must be viewed on either Windows NT or Macintosh computing system. e. The instrument must operate with no user intervention (unattended) for 24-hours with a sample processing throughput greater than 300 sequencing and 500 fragment analysis samples per 24-hours. f. The system must be able to detect and analyze five fluorescent dyes simultaneously; g. The instrument must have: sixteen capillaries; auto loading of samples performed from either 96- or 384-well microtiter plates; CCD detection technology, and a spectrograph fro color separation; Simultaneous dual-side illumination detection system to maximize signal uniformity and sensitivity that in turn reduces the requirements placed on the user for sample preparation and cleanup.; Active temperature cooling/heating that can maintain temperatures from 18 to 65 degrees C. h. Reagents optimized for use with this instrument must be available through the instrument's vendor. i. The vendor must supply application-specific kits that are optimized for the instrument in the area of human identification, agriculture, molecular microbiology, and genetic disease research; j. The instrument must include software that has: Electronic sample information that can be automatically imported from an external data-handling system; Chemometric algorithmic processing of raw signal data; Base calling and size-calling algorithms that have been optimized for data from the instrument; Instrument verification to check status of critical system components; Available options for further downstream data analysis and data management. k. The instrument capillary array system gel must have the following specifications; Dynamically coat the capillary walls to control for electro-osmotic flow; Have capillary arrays consisting of 16 capillaries; Have capillary arrays available in four different sizes: 22cm, 36 cm; 50 cm and 80 cm. Employ capillary arrays that use bare silica capillaries with a useful life that exceeds 100 runs; l. The instrument must be able to perform with unattended operation; one to several runs spanning a period of 24 hours; Rapid Sequencing: Using DNA control standards and protocol provided with an installation kit, the genetic analyzer must sequence over 500 bases at 98.5% accuracy with no more than 2% N-called bases; It should handle 24 runs with up to 384 samples in 24 hours. Standard sequencing: Using DA control standards and a protocol provided with an installation kit, the genetic analyzer must sequence over 650 bases at 98.5% accuracy with no more than 2% N-called bases. It should handle nine runs with up to 144 samples in 24 hours. DNA Sizing: Using DNA control standards and a protocol provided with an installation kit, the genetic analyzer must provide single-base detection of up to 400 bases with 0.15 standard deviation. It should handle 32 runs with up to 512 genotypes in 24 hours. Mutation validation/screening: Single nucleotide polymorphism identification using five-color fluorescence with up to 120 bases. If using a 10-loci multiplex kit, it should handle 48 runs with up to 7,680 genotypes in 24 hours on a 36 cm array. Single nucleotide polymorphism identification using five-color fluorescence with up to 120 bases. If using a 10-loci multiplex kit, it should handle 96 runs with up to 15,360 genotypes in 24 hours on a 22 cm array. The DNA Capillary Sequencing System must include: System installation and operator training performed by a vendor service engineer; one-year warranty on hardware parts and labor; A 90-day warranty of software and chemistry kits and an additional year of service. The services included with the DNA Capillary Sequencing System must also include: local service engineers; regional technical support/applications training; on-site, in-lab customer training; technical phone support; support via the Internet and Support via a fax-back document system. Evaluation for award shall include review and concurrence of compatibility of technical specifications (which must be included in the bid package) with existing equipment. BID ITEM 0001 - DNA CAPILLARY SEQUENCING SYSTEM 1 EA $___________ ITEM 2. REAL TIME PCR with the following minimum specifications: a. Tungsten halogen light source with an available broad emission and excitation spectrum from 400-700mm; b. Filter based fluorescence system with 5 positions available for excitation and 5 positions for emission filters. Filters must be readily accessible and interchangeable; c. A system with demonstrated capability for 4 color multiplexing of 4 different target genes in one tube. The system must be able to multiplex these four targets with the same performance of the individual reactions. Targets in each well can be analyzed individually or collectively. d. Accommodates traditional polypropylene PCR tubes and 96 well PCR plates. No special tubes needed; e. Peltier type heating and cooling system with temperature gradient capability. Cooling capability of samples is to 4 degrees Celsius indefinitely. Heating and cooling is fast and uniform; f. Demonstrated detection between 250 and 500 genomic equivalents with 2 fold differences in resolution; g. Software runs on Windows 2000 platforms. Software is flexible, allows for internal standard well correction factors for each well, intelligent error messages, multiple standard curves and sophisticated graphics and calculations; h. System displays the Real-Time PCR reaction run in real time on the monitor as it is occurring; i. System is capable of running either standard PCR reactions as well as real time PCR analysis; j. System has the ability to do melt curve analysis (4-95 C) and allelic discrimination. k. Fluorescence signal "intensifier" to ensuring maximum sensitivity; l. On site service and on site training for the instrument and its applications are provided at no charge. Service or application support does not depend on using manufacturers reagents; and m. Sophisticated workstation with standard components and RW-CD ROM provided. Evaluation for award shall include review and concurrence of compatibility of technical specifications (which must be included in the bid package) with existing equipment BID ITEM 0002 - REAL TIME PCR 1 EA ___________________________ Questions should be addressed to Jeanie Jennings at (816) 426-7456 X238.
 
Record
SN00281919-W 20030320/030319061823 (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.