Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2004 FBO #0963
SOLICITATION NOTICE

66 -- Automatic Spiral Plater and Automated Plate Reader

Notice Date
6/16/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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
RFQ41-04
 
Response Due
6/30/2004
 
Point of Contact
Marlys Pomranke, Purchasing Agent, Phone 515-663-7415, Fax 515-663-7482,
 
E-Mail Address
mpomrank@nadc.ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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: RFQ41-04, is issued as a Request for Quotation (RFQ). This procurement shall be solicited under the Simplified Acquisition Procedures (SAP) and is a Small-Business Set-Aside. The North American Industry Classification System Code (NAICS) code is 334516. The USDA, Agricultural Research Service, National Swine Research & Info Center has a requirement to purchase an automatic spiral plater and automated plate reader. Please quote one each of the following: (1) Automatic spiral plating system (Spiral Biotech #AP4000 Autoplate 4000 or EQUAL); (2) Vacuum source for autoplater (Spiral Biotech #VS2 or EQUAL); (3) Automated plate reader (Spiral Biotech #530 Color QCount Colony Counter or EQUAL) The items you are offering must meet or exceed the following salient characteristics: (a) the automatic plater must have multiple volume depositions; (b) must have multiple plating modes including exponential and uniform; (c) must have an extensive performance range with minimum detection sensitivity of 5 colony forming units; (d) must be able to make replicate plates (minimum of 3) without additional sample aspiration; (e) must have automatic sample aspiration, dilutions and plating; (f) must have automatic cleaning with ability to handle samples with high particulate content and/ Gram-positive bacterial spores; (g) cleaning reservoirs must be autoclavable; (h) must have ability to use 150 and 100 mm plates; (i) must have built in user validation test to ensure accuracy; (j) components requiring routine maintenance must be easily accessible; (k) must be able to control vacuum pump for automatic regulation of vacuum; (l) the automated plate reader must have high resolution camera with minimum colony detection size of 0.15 mm; (m) must have editing capabilities that allow for image storage and re-analysis; manual user editing capability; (n) software must automatically determine threshold of background color from agar; (o) must have high throughput analysis; (p) must have the ability to read pour, spread and spiral plates; (q) lighting system must be able to allow system to read light or dark colonies on transparent, colored or opaque agars; (r) must be able to differentiate colony colors (application to chromogenic agars); (s) image monitor must have at least 1280 x 1024 resolution; (t) image storage must have at least 450 KB for each image; (u) storage capacity must be at least 20 GB hard drive with floppy disk and CD-RW drive storage options; (v) vacuum pump must be fully compatible with automatic plater; (w) must be able to respond to plater controls for automation and optimum performance of plater; (x) 15-20 inches vacuum; (y) 380-510 mm Hg vacuum; (z) Electrical requirements must be 110 V, 50-60 Hz, 0.70 A. This solicitation incorporates the following FAR clauses, provisions, and addendums: 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal; 52.212-1 Instructions to Offerors-Commercial Item; 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 Items; In Paragraph (B) of 52.212-5, the following apply: 52.203-6, 52.223-9, 52.225-1, 52.225-13 and 52.232-33. All offerors must include copies of 52.212-3 (representations and certifications). Faxed quotations are acceptable to Marlys Pomranke at fax number 1-515-663-7482 on or before June 30, 2004, Central Standard Time. 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 data. 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 data was provided. The anticipated award date is July 14, 2004. All responsible sources may submit a quotation which shall be considered by the Agency. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (16-JUN-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-JUL-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/ARS/NADC/RFQ41-04/listing.html)
 
Place of Performance
Address: Department of Agriculture, Agricultural Research Service, Midwest Area, National Swine Research and Info Center, Ames, Iowa.
Zip Code: 50011
Country: USA
 
Record
SN00621218-F 20040716/040714213627 (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.