Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2005 FBO #1132
SOLICITATION NOTICE

66 -- FLOW CYTOMETER, BRAND NAME OR EQUAL

Notice Date
12/30/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
Reference-Number-05-831-7033
 
Response Due
1/11/2004
 
Archive Date
1/11/2005
 
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 requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is issued as a Request for Quotation (RFQ) 05-184-0238 under FAR Part 13, Simplified Acquisition Procedures and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-25, Oct 5, 2004. The associated North American Industrial Classification (NAIC) for this acquisition is 334516; the small business size standard is 500. This acquisition is unrestricted and all responsible offerors are invited to submit a quotation. The National Institute of Standards & Technology (NIST) has a BRAND NAME OR EQUAL requirement for an EPICS XL4 Color with Flow Center and ancillary items manufactured by Beckman Coulter, Inc, 11800 SW 147 Avenue, PO Box 169015, Miami, Florida 33116-9015. Product offerings and accompanying product literature must demonstrably meet or exceed the following specifications: Be capable of 4-color immunofluorescence, multiparametric DNA analysis and the simultaneous acquisition of at least 13 parameters including forward and side scatter and FL1-Fl4 data. Consist of a 4-color flow cytometer with flow center, cytometer software, computer display, and color printer. Be a bench top unit that is self-contained and biohazard safe. Offer digital signal processing for reliable linearity and drift free signal amplification. Offer digitally controlled color compensation that is easily adjusted between all fluorescence parameters, utilizing an automated setup panel. Be capable of acquiring linear and log integrated signals simultaneously. Offer user changeable optical filters and flexible software. System may be a single/ or dual laser design. The system should be equipped with a powerful PC with a Microsoft Windows operating system, network connection and have installed analysis software with optional software packages and ?plug ins? to enhance system performance. The following Contract Line Item Numbers (CLIN?s) are required: CLIN 0001, PN 6605464, Quantity of 1, EPICS XL 4 Color with Flow Center to include instruction manual; CLIN 0002, Quantity of 1, PN 2016938, 17? NEC LCD Display; CLIN 0003, Quantity of 1, PN 2016953, HP 2280 Color Printer; CLIN 0004, Quantity of 1, PN 2016879, Recordable CD-ROM Drive, and CLIN 0005, Quantity of 1, PN 6418337, EXPO32 ADC Cytometer Software. Quotations shall include all CLINS. Quotations shall be firm-fixed price per CLIN. Delivery shall be FOB DESTINATION. The delivery point is NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. The vendor is responsible for any loss of and/or damage to the goods occurring before receipt, inspection, and acceptance at the delivery point. Offerors shall submit the following: 1) A quotation which addresses all Contract Line Items; 2) Technical description to include the manufacturer, make and model of the product, manufacturer sales literature or other product literature to CLEARLY DOCUMENT that the offered products meet or exceed the specifications stated herein. 3) Description of commercial warranty; 4) A copy of the most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. To be eligible for award, offerors must be registered in the Central Contractor Registry. Information on the CCR may be obtained at http://www.ccr.gov. A DUNS number is required to register. To procure a DUNS number, please call Dun & Bradstreet, Inc., at 1-866-705-5711 or 610-882-7000. There is no cost to obtain a DUNS number. Award will be made to the responsible offeror whose quotation conforming to this synopsis/solicitation offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate quotations based on Technical Acceptability and Price. Technical Acceptability is more important than Price. Evaluation of Technical Acceptability shall be based on the information provided and value indicators that clearly document that the offered product meets or exceeds the specifications stated herein. Price will be evaluated only for quotations determined technically acceptable; The following provisions apply: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items. *** The following clauses apply: 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 including subparagraphs: 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; (14) 52.222-19, Child Labor, Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-3, Buy American Act, North American Free Trade Agreement, Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases (E.O.12722, 12724, 13059, 13067, 13121, and 13129); and 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. Full text of these provisions and clauses can be accessed at the following address: www.nist.gov/admin/od/contract/agency.htm. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. Quotations may be emailed to laurel.carey@nist.gov or faxed to 301-975-6319, Attention: Laurel Carey. The RFQ number shall be prominently cited on facsimile or email. Quotations are due at 1:00 p.m. EST on January 11, 2005. Offerors are encouraged to verify with that their submissions have been received, 301-975-8838
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899-1640
Country: USA
 
Record
SN00728070-W 20050101/041230211629 (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.