Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2005 FBO #1228
SOLICITATION NOTICE

66 -- This is a Sole Source, combined synopsis and solicitation for the following commercial item. Two refurbished Life Science Analyzers.

Notice Date
4/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
US Army Robert Morris Acquisition Center, Dugway Contracting Division, ATTN: AMSSB-ACO, 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6
 
Response Due
4/11/2005
 
Archive Date
6/10/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Sole Source, combined synopsis and solicitation for the following commercial item (1) Two refurbished Life Science Analyzers. As a minimum, the analyzer will include instrumentation, dedicated laptop computer with software, reagent starter kit with calibrators, appropriate containers/tubing/vials. Company will provide instrument set-up. Use ECL technology in diagnostic and other biological applications including electrochemiluminescent compounds and compositions containing such compounds. Me thods of making and using such compounds and the electrochemiluminescent systems adapted to detect and measure such compounds. The analyzer must be able to detect biological agents, including Botulinum neurotoxins A, B, E and F, Staphylococcal Enterotoxin A and B, Ricin, and Anthrax spores. Technology must meet specifications which establish a rapid and highly sensitive test for the specific pathogen. Requirements: Samples measured and analyzed automatically with results displayed and printed. Process a sin gle sample within a 1 minute or an entire standard 96-well plate in approximately 90 minutes. Run a partial or an entire microplate. User-defined microplate layout. Flexible assay detection parameters. Real time updates of system output and data review. Sa mple and plate identification. Specific reagent information. Compatible with multiple enzymes. Have flexible formats and reliable kinetics. Attomole level sensitivity. Specific detection of end point PCR product quantitation. Fast, solution phase kinetics for hybridization. Use immunoassay format. One antibody, specific for the pathogen to be measured. Prices must include shipping cost to Accountable Property Officer; Building 5464; Dugway UT 84022-5000 (FOB: Destination). This is a combined synopsis/solici tation 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 solic itation will not be issued. This solicitation is issued as a request for quote (RFQ). Submit written offers (oral offers will not be accepted), on RFQ W911S6-05-T-0023. All firms or individuals responding must be registered with the Central Contractor Regi stration (CCR). North American Industrial Classification Standard 541710 applies to this procurement. The following provisions and clause apply to this acquisition: The provision at FAR 52.212-1 Instructions to Offerors--Commercial Items, applies to this s olicitation. FAR 52.212 -2 Evaluation Commercial Items applies to this solicitation. The following factors shall be used to evaluate offers: (i) Technical Capability Offerors shall describe their technical capabilities to satisfy the requirements of the so licitation. The Government does not assume the duty to search for data to cure problems it finds in quotes. FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items, with its offer. FAR 52.212-4 Contract Terms and ConditionsComme rcial items, applies to this acquisition and a statement regarding any addenda to the clause. FAR 52.212-5; Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.203-6; FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.222-39; FAR 52.225-13; FAR 52.232-33; and FAR 52.247-64. DFARS 252.212 -7000 Offeror Representations and Certifications Commercial Items applies to this solicitation. The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commerc ial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.203-3; DFARS 252.205-7000; DFARS 252.225-7012; DFARS 252.225-702 1; DFARS 252.227-7015; DFARS 252.227-7037; DFARS 252.232-7003; DFARS 252.243-7002; and DFARS 252.247-7023 ALT I. 252.225-7020 Trade Agreements Certificate. AFARS 5152.250-1-9000 Additional Information on Indemnification Requ ests Under Contracts for a Qualified Anti-Terrorism Technology, apply to this solicitation. Army Contracting Agency Executive Level Agency Protest Program applies to this solicitation. The following local clauses apply to this solicitation: Foreign Visitor s / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Installation Security Requirement; Submission of Invoices; Contractor Access to DPG; OSHA Standards; and Identification of Contractor Employees. All quotes must be emailed to Mr . Jason Payton at jason.payton1@us.army.mil in either Microsoft Office or Adobe Acrobat PDF format. For questions or concerns you may email Mr. Jason Payton at jason.payton1@us.army.mil. Quotes are due no later than 5:00 PM MST (Mountain Standard Time), Mo nday, April 11, 2005. 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 solicit ation; proposals are being requested and a written solicitation will not be issued.
 
Place of Performance
Address: US Army Robert Morris Acquisition Center, Dugway Contracting Division ATTN: AMSSB-ACO, 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
Country: US
 
Record
SN00782259-W 20050407/050405212725 (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.