Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2004 FBO #0846
SOLICITATION NOTICE

66 -- Stopped-Flow Reaction Analyzer

Notice Date
3/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, IL, 61604
 
ZIP Code
61604
 
Solicitation Number
5114-4-0006
 
Response Due
4/2/2004
 
Point of Contact
Rebecca Holzinger, Contract Administrator, Phone 309-681-6616, Fax 309-681-6683, - Georgetta Stonewall, Contract Specialist, Phone (309) 681-6624, Fax (309) 681-6683,
 
E-Mail Address
rholzinger@mwa.ars.usda.gov, gstonewall@mwa.ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
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; quotations are being requested and a written solicitation will not be issued. Solicitation No. 5114-4-0006 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-20. The solicitation is 100% set-aside for small businesses. The NAICS code applicable to this acquisition is 334516. For a company to qualify as a small business, the small business standard is 500 employees. The USDA, Agricultural Research Service, MWA, National Center for Agricultural Utilization Research, (NCAUR), Peoria, IL, has a requirement/need for a Stopped-Flow Reaction Analyzer System. The need is for a high performance automated stopped-flow spectrofluorimeter with comprehensive absorption and fluorescence capability, two observation cells supplied in removable cell cartridges (20 uL and 5 uL) biocompatible microvolume sample flow circuit, full anaerobic capability, large ratio asymmetric mixing facility (when used with difference volume drive syringes), sequential- (double-) mixing capability, a PC with 1.6 Mb/floppy drive, CD-R/W drive, 64Mb RAM, 4Gb hard drive, high resolution multisync color monitor and 360 dpi color printer and comprehensive data acquisition and analysis. Listed are the description of items and quantities required: CLIN No. 1 - Stopped-Flow Analyzer System (1 unit); CLIN No. 2 - Quench-Flow Adapter (1 unit); CLIN No. 3 - hotodiode-array detector (1 unit); CLIN No. 4 - Pro-Kineticist Global Analysis and simulation for Window '9x/NT (1 unit); CLIN No. 5 - Installation, Demonstration, Training (1 unit); and CLIN No. 6 - One year parts and labor warranty. The reaction analyzer will be used to monitor the progress of chemical reactions using differences in fluorescence or absorbance properties between the products and reactants. The system also allows for the collection of small samples of a reaction against time for determination of reaction progress by other means. The rapid mixing system allows for the determination of rate constants for reactions as fast as 3000 per second. THE SALIENT CHARACTERISTICS: the Analyzer must meet or include these minimum requirements: (1) Must be supplied with two observation cells that fit in removable cell cartridges. The cells must be: a 20-microlitre cell with a dead-time of 1.1 ms or better, and a 5 uL cell with a dead-time of only 450 us. (2) Must be supplied with a quench-flow adapter. (3) The 20 uL cell must offer pathlenghts of 10mm AND 2 mm for fluorescence detection. The use of a 2mm pathlength will significantly reduce artifacts due to self-absorption (the inner-filtering effect). (4) Must be supplied as standard with dedicated photomultipliers for absorbence and fluorescence detection. (5) Must be supplied with a single high intensity 150W arc light source for all absorbence and fluorescence applications. (6) Must have sequential- (double-) mixing capability with a minimum age time of 15 ms. (7) Must use pneumatic drives rather than motor drive (e.g. stepper motors). (8) Must be capable of operating over a temperature range of minus 20 degrees C to 65 degrees C, or better, without comprising the ability to perform sequential-mixing experiments. (9) Must be able mix 'difficult' reagents (e.g. DMSO vs. aqueous reagent in a 25:1 ratio mix with a dead-time of 3 ms or better). (10) Must be able to measure two solutions with widely different viscosities, in a 10:1 ratio-mix and with a dead-time of 2 ms, or better, and to be able to follow this reaction for 100 seconds without encountering mixing artifacts. (11) The system must be able to be upgraded with a 256 element photodiode-array detector if required, and that this diode-array itself must be able to be upgraded with a deuterium light source that allows detection down to 200nm. (12) Must offer a global analysis capability which uses numerical integration to allow fitting to complex reaction schemes (ie. here the rate equations cannot be derived by algebraic integration). The software should also include a reaction scheme editor whereby the user simply has to type in the proposed reaction model. A third-party package (not written by the instrument manufacturer) is not acceptable. (13) Must be able to be linked to a programmable circulator (A Neslab RTE-111M, RTE 200 or Fisher Scientific 1016P) allowing the user to be able to perform an automated series of stopped flow runs at temperature intervals over a temperature range (or at user-selected temperatures). (14) Must provide installation and training. (15) The manufacturer must be able to demonstrate on-site, that all of the above criteria can be met, at the time of installation and training. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the Descriptive Literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quotation without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.arnet.gov/far/loadmainre.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Provide with Quote); FAR 52.214-21, Descriptive Literature (Provide with Quote); FAR 52.204-7, Central Contractor Registration (All Offerors must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. The website address for registration is: http://www.ccr.gov); and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2003) are applicable to this acquisition: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-3, Buy American Act - North American Free Trade Agreement - Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products (E.O. 12849); 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.ARNet.gov/far/. SHIPPING: FOB Destination. DOCUMENTS INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a quotation on company letterhead detailing the item description, unit price, and extended price of each CLIN; 2) descriptive literature, brochures; 3) at least 3 to 5 references for the proposed equipment. References must have received the proposed equipment within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the product quoted; and 4) Offerors shall include a completed copy of the provisions FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.acqnet.gov/far. DELIVERY TO: USDA-ARS, NCAUR, Peoria, IL 61604. QUOTATION PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before 30 days after award, however, each offeror shall include their proposed delivery schedule as part of their quotation. FAR 52.212.-2 EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government?s rights under the Inspection clause nor does it limit the Government?s right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.eps.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement. Furnish quotations to Rebecca A. Holzinger, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., April 2, 2004. Quotations and other requested documents may be provided by facsimile to (309) 681-6683 if desired. Additional information may be obtained by contacting the Contracting Officer at (309) 681-6616 or email below.
 
Place of Performance
Address: USDA, ARS, MWA, National Center for Agricultural Utilization Research, 1815 N. University Street, Peoria, Illinois
Zip Code: 61604-3999
Country: USA
 
Record
SN00550409-W 20040321/040319211656 (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.