Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2003 FBO #0576
SOLICITATION NOTICE

66 -- LIQUID HANDLING WORKSTATION

Notice Date
6/26/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
DABJ05-03-T-0621
 
Response Due
7/1/2003
 
Archive Date
8/30/2003
 
Point of Contact
Jeanine Worthington, 410-278-0896
 
E-Mail Address
Email your questions to ACA, Aberdeen Proving Ground
(Jeanine.Worthington@sbccom.apgea.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are b eing requested and a written solicitation will not be issued. The combined synopsis/solicitation number is DABJ05-03-T-0621. The equipment is being solicited on a Brand Name or Equal basis (manufactures referenced part numbers (PN) are those of Beckman Coulter). Pricing shall be required for all items as identifie d. The following is a list of contract line item numbers and items, quantities and units of measure: CLIN 0001- Biomek FX with Span 8 pipettor and multi-channel pipettor, PN: 717013 (1 each); CLIN 0002-Biomex FX 96-channel disposable tip pipetting head 2 00ul, PN: 719368 (1 each); CLIN 0003-tip loader ALP, PN: 719356 (1 each); CLIN 0004-Waste (Span-8) ALP, PN: 719590 (1 each); CLIN 0005-Biomek FX System Software and Controller, PN: 267689, (1 each); CLIN 0006-Fixed tip kit for Span-8, PN: 719807 (1 each); CLIN 0007-Orbital Shaker ALP, PN: 379448 (1 each ); CLIN 0008-Magnabot magnetic separation device, PN: 725226 (1 each); CLIN 0009-4x3 ALP Kit, PN: 719948 (1 each); CLIN 0010-Standard 3 position ALP, PN: 719358 (1 each); CLIN 0011-Waste ALP, PN: 719347 (1 e ach); CLIN 0012-Standard single position ALP, PN: 719357 (4 each); CLIN 0013-Biomek FX Device Controller, PN: 719366 (1 each); CLIN 0014-Genetic Analysis Application, PN: 969017 (1 each); CLIN 0015-Air compressor specific for the Biomek FX, PN: 719502 (1 e ach); CLIN 0016-PM Service kit for FX Air Compressor, PN: 719971 (1 each); CLIN 0017-Biomek FX Dual Arm System Warranty, PN: NPNSDS (1 each). The following are the minimum salient characteristics for this equipment: 1) The Robotic System is to feature dua l arms with a multi-channel disposable tip pipetting head with integrated gripper tool and an 8-channel pipetting arm capable of independent, single well access with fixed or disposable tips 2) The robotic system must change tips automatically and rapidly. 3) Modular deck design using Automated Labware Positioners (ALP??????s) must provide complete deck layout flexibility. 4)The System must support predefined pipetting techniques that include special low volume pipetting controls, taking into account variab ility of viscosity/surface tension from one reagent/solvent to another. 5) Software must provide the ability to quickly, easily and optimally transfer liquids between various microplate formats through the use of pre-defined pipetting techniques described above. 6)The Integrated Gripper must be able to move labware to and from Stacker Carousels, move labware stacks, distribute stacked labware (up to four standard microplates) along the work deck. 7) The Multi-channel head must capable of utilizing disposab le tips and it must be capable of washing pipette tips automatically to keep consumable costs at a minimum. 8) The 8 channel pipetting system must offer independent control whereby each of the 8 channels can aspirate different volumes and deliver them simu ltaneously to a column of wells. 9) The 8 channel pipetting system must have supporting software to allow normalization of DNA samples; this software must readily accept data files from other instruments (such as the Molecular Devices Plate Reader) and no rmalize samples based on OD values. 10) The System must provide user safety by offering an integrated light curtain. This light curtain is to allow for complete work area accessibility while still providing operator safety, and will provide for easy and i nstant recovery from light curtain infractions. 11) The System must have standard plate stacking capabilities for 80 plates, expandable to up to 160 plates using the stacker carousel or other storage device. System must have the option to add a second sta cker carousel, incubator or storage device. 12)The stacker carousel or storage device must deliv er tip boxes, shallow plates, deep well plates, filter plates and reagent reservoirs. 13) System must be complete with Starter kit with Accuframe Self-Calibration System to eliminate the typical user-intensive manual methods for Calibration. 14) System mu st be serviced by one source, with multiple trained service personnel within one hour of the laboratory. 15) System must be supported by a local (Maryland-based) PhD applications scientist. 16) System must be flexible to allow for multiple applications and chemistries from multiple vendors. 17) System must be integrate-able at any time with the ORCA Core System as well as PCR instrumentation from ABI. Requisition Number W91B94-3174-0001. Acceptance shall be at Destination. Shipping shall be FOB DEST. Del ivery shall be to the U.S. Army, Aberdeen Proving Ground, MD 21010. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation--Commercial Items applies to this acquisition; fill-in s in Paragraph (a) are ??????Price and Past Performance?????? and ??????less important than price??????. Technical, past performance and price. Technical and past performance are of equal importance and when combined are significantly more important than price. The technical evaluation will be a determination as to equality of the product and shall be based on information furnished by the vendor. The government is not responsible for locating or securing any information which is not identified in the pro posal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the government to determine whether the product meets the salient characteristics of the requirement. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, must be provided with offers. The clause at 52.212-4, Contract Terms and Conditions--Commercial Item s, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additional FAR clauses cited in this clause are applicable: (1) 52.203- 6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), (2) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preferenc e, it shall so indicate in its offer), (3) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)), (4) 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (5) 52.222-26 Equal Opportunity, (6) 52.222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era, (7) 52.222-36 Affirmative Action For Workers with Disabilities, (8) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), (9) 52.222-19, Child Labor--Coopera tion with Authorities and Remedies (E.O. 13126), (10) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), and (11) 252.204-7004 Required Central Contractor Registration. The full text of the FAR references may be acc essed electronically at this address: http://farsite.hill.af.mil. Responses to this RFQ must be signed, dated, and received via electronic mail or fax by 1 Jul 2003 no later than 3:00 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Jeanine Worthin gton), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database pri or to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Jeanine Worthington, Contract Specialist via fax (410) 612-5033, or via email jeanine.worthington@sbccom.apgea.army.mil or the Contracting Officer, Ginny Corona, (410) 278-0883, email: ginny.corona@us.army.mil
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00357871-W 20030628/030626222904 (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.