Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2003 FBO #0611
SOLICITATION NOTICE

66 -- Dynex DSX Automated Microplate System

Notice Date
7/31/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Beltsville Area, Beltsville Human Nutrition Research Center, BARC-East, Bldg. 308, Rm. 226, Beltsville, MD, 20705
 
ZIP Code
20705
 
Solicitation Number
43-32NT-00
 
Response Due
8/19/2003
 
Archive Date
9/3/2003
 
Point of Contact
Veena Singh, Purchasing Agent, Phone 301/504-5499, Fax 301/504-5235,
 
E-Mail Address
singhv@ba.ars.usda.gov
 
Description
This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is 43-32NT-00 and is issued as a Request for Quotation (RFQ). This solicitation is unrestricted. This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-14. The North American Industry Classification System (NAICS) code is 62151, with a small business standard of 11.5 million. This product shall be delivered within 60 days after award. Shipped F.O.B. destination with inside delivery to the U.S. Department of Agriculture, Beltsville, Maryland 20705. The Government intends to award on a sole source basis to Diagnostic Systems Laboratories, Inc., 445 Medical Center Boulevard, Webster, TX 77598-4217. This procurement is for the following items: (1) Dynex DSX Automated Microplate System. The minimum specifications include: Must have optic range of 0.000 to 3,500 OD with dynamic range of 0.000 OD to 3,000 OD with a special range of 405 mm to 690 mm. Washer must have at least 8 heads and be capable of having programmable volumes between 50 and 999 microlitres, with at least 4 wash bottles each containing 2.0 litres and a waste fill sensor for 8 litres. Dispense precision of washer must have a CV of less than 5%. Four independent incubators each with temperature range from +7 C to 50 C and periodic or continuous shaking capacity. Pipettes for 4 plates capacity of performing 1 assay per strip or upto 12 assays per plate in 96 wells. Capacity for up to 24 reagents and 33 standards. Sample size pipette of 300 microlitres with sample pipetting volume between 5 and 250 microlitres with less than 8 seconds cycle time for sample pickup and delivery to plate. Total sampling time with dilutions must be less than 26 minutes. Precision must be less than 3% CV at any volume for 10 successive dispenses and +/- 2% of target volume at any volume above 10 microlitres. Dilution range must be 1 part in 190 for one-stage and 1 part in 36, 100 for 2 part. Must be able to load 4 racks of 108 sample tips and hold sample tubes of 12 to 16 mm external diameter and 55 to 100 mm in depth. Reagent pipette tip size of at least 1300 microlitres holding 41 reagent tips with a pipetting volume between 25 and 1000 microlitres for one shot and 25 to 500 microlitres for multi-shot with 3% CV at shots at any volume (above 25 microlitres) and +/- 2% accuracy of target volume. Programming for kits up to 25 different assays. (2) PC Controller, Monitor, and Printer. The instrument must be Section 508 compliant, (3) Warranty Service and support for the initial 12 months, (4) Instrument Control Software and subsequent upgrades, (5) Installation and hands-on-training at laboratory site, and Shipping of the instrument to final destination. All of the above items are to be issued as a quantity of 1 each. All items will be awarded pending the availability of funds for Fiscal Year, 2003. This solicitation incorporates the following FAR Clauses, provisions, and addendums: 52.212-1 Instructions to Offerors?Commercial Items; 52.212-2 Evaluation?Commercial Items; 52.212-3 Offeror Representations and Certifications?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 Orders; 52-.232-18 Availability of Funds (APRIL 1984) and 52.247-34 F.O.B. Destination. In paragraph (b) 52.212-5, the following apply: 52-2222-21, 52.222-26, 52.222-35, 52.222-36, 52.222.37, 52.232-34, 52,225-3, 52-225-13, 52-225-15, 52.222-70 COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING REQUIREMENTS (JAN 1999) (DEVIATION) (USDA). (a) The offeror represents that if it is subject to the reporting requirements of 38 U.S.C. 4212(d) (i.e., the VETS-100 report required by FAR clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has ( ), has not ( ), submitted the most recent report required by 38 USC 4212(d). (b) An offeror who checks ?has not? may not be awarded a contract until the required report is filed. CONTRACT PAYMENTS (MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER) Electronic Funds Transfer compliance with 31 CFR 208. To facilitate EFT for contract payments) requires the submission of information by the contractor to the payment office. Upon award, the contractor shall contract the Miscellaneous Payments Section at the National Finance Center (NFC) to initiate the enrollment process of the Vendor Express Program (VXP), which will result in a number being assigned to the contractor for payment under EFT. NFC can be reached at 1-800-421-0323 or at www.nfc.usda.gov. All offeros must include completed copies of 52-212-3 (Representations and Certifications) and 52.222-70 (Compliance with Veterans Employment Reporting Requirements). Fax quotations are acceptable to Veena Singh at (301) 504-5235 on or before August 19, 2003 at 4:00 p.m. (EST). Quotations shall include specifications and other such information corresponding to the requirement which demonstrates the capabilities of the equipment for meeting the requirement. The following factors shall be used to evaluate offers: (1) technical capability of the items offered to meet the Government requirement; (II) price; and training and delivery time. All responsible sources may submit a quotation which shall be considered by the agency. Anticipated award date is September 30, 2003.
 
Record
SN00388285-W 20030802/030731213413 (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.