Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2005 FBO #1258
SOLICITATION NOTICE

66 -- Automated DNA Sequencer

Notice Date
5/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
NCNS4000-5-00103SLW
 
Response Due
5/12/2005
 
Archive Date
5/12/2005
 
Description
DESC: The U.S. Department of Commerce (USDOC), National Oceanic Atmospheric and Administration (NOAA), and Center for Coastal Environmental Health and Biological Research (CCEHBR), National Ocean Service (NOS) in Charleston, SC, intends to procure an automated Deoxyribonucleic acid (DNA) Sequencer. This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. PRODUCT SPECIFICATIONS The following details outline the specifications that the DNA sequencer must meet to support current projects involving genetic analyses and satisfy required research and analysis capabilities: 1) The instrument must be a 16 capillary, florescence-based genetic analysis system to enable moderate, but variable, sample throughput with minimal reagent consumption. 2) The instrument must be fully automated from sample loading to data processing and allow for 24-hour unattended operation with a sample processing throughput greater than 500 sequences or 500 fragments analysis samples per 24 hours. 3) The instrument must be capable of running samples in both 96-well and 384-well sample plates. 4) The instrument must be capable of running a minimum of two 96-well samples plates or two 384-well sample plates without human intervention between plates. 5) The instrument must run on standard 110V or 220V power. 6) The instrument must be provided with an IBM PC-compatible computer that is configured as necessary to run the instrument (preferable running Windows? XP operating system). 7) The instrument must be capable pf performing DNA sequencing and fragment analysis in a single samples array. 8) The instrument and associated software must, at a minimum, be capable of producing results for the following applications: long and short read sequencing, mircosatellite analysis, single nucleotide polymorphisms (SNP) analysis and amplified fragment length polymorphisms (AFLP) analysis. 9) Associated analysis software (sequencing and fragment) provided must be compatible with Windows XP operating system. 10) The vendor must offer optimized chemistry kits and protocols for DNA sequencing and DNA fragment analysis applications. 11) The instrument must be capable of performing AFLP analysis of microbial samples. It is preferred that the vendor provide optimized chemistries and protocol for AFLP analysis, as well as application support for customized methods, if necessary. 12) The instrument must provide flexibility, enabling the Government to use various polymers and capillary lengths. 13) The instrument must be provided with a minimum of one year of limited warranty on parts and labor, as well as instrument installation and application training. The vendor must also make additional service contracts available to cover the instrument and application software after the initial warranty period has expired. 14) It is preferred that the instrument has been validated for forensic applications. 15) The vendor must be willing to accept an Applied Bio Prism 377 DNA sequencer for trade-in credit. GENERAL REQUIREMENTS Any business capable of providing this equipment is encouraged to submit an offer in response to this announcement within 7 calendar days after publication of this notice. This is not 100% small business set-aside. The NAICS code for this action is 423490. The applicable size standard is not more than 500 employees. This equipment is being procured under the guidelines of FAR Part 13, Simplified Acquisition Procedures. The Central Region Acquisition Management Division (AMD) requires that all contractors doing business with the Acquisition Office must be registered with the Central Contractor Registry (CCR) before October 1, 2003. After that date, NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR, please access the following website: http://www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. The government now requires all contractors to submit their Certification and Representation through the on-line Business Partner Network (BPN). The BPN is the single source for vendor data for the federal government. Contractors should go on-line at www.bpn.gov. Award will not be made to any contractor that is not registered in CCR and BPN. Responses should be faxed to 816-426-7530. Attn: Sharon Walker. TERMS AND CONDITIONS This notice constitutes the only Request for Proposal (RFP) that will be issued for this acquisition. Written offers are being requested; however, no other written solicitation will be issued. This notice is hereby issued as RFP No. NCNS4000-5-00103SLW. This RFP incorporates the Federal Acquisition Regulation (FAR) provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-02, effective March 23, 2005. The line item(s) will be delivered or picked up in accordance with the specifications listed below. The price shall include cost of delivery, if required, in accordance with FAR 52.247-34, F.O.B. Destination (Nov 1991). Date of delivery is stated in the specifications listed below. The FAR clauses incorporated into this acquisition shall be. The FAR clauses incorporated into this acquisition shall be: 52.203-3 Gratuities (Apr. 1984), 52.204-4 Printed or Copied Double-Sided on Recycled Paper (August 2000), 52.211-8 Time of Delivery (Jun. 1997), 52.247-34 F.O. B. Destination, 52.212-4 Contract Terms and Conditions ? Commercial Items (Oct. 2003), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Jan 2005) (Sections 1, 2, 5, 7, 9, 13, 14, 15, 16, 17, 18, 19, 20, 21, 23, 26, 27, and 31), The FAR provisions incorporated into this acquisition shall be 52.212-1, Instruction to Offerors ? Commercial Items (Jan. 2005), 52.212-2 Evaluation Commercial Items (Jan. 1999) {The following factors shall be used to evaluate offers: Technical capability. Provide sufficient information, and documentation that demonstrates the ability to meet or exceed the Government?s minimum requirement as specified herein. Delivery schedule. Ability to meet or exceed the Government?s delivery schedule. Past Performance. Provide list of contacts including phone numbers, of firms to whom the offeror has successfully provided services and supplies that are the same or equal to that described herein. Price. All factors other than price are equally important to one another. The proposed price will be evaluated but not scored. The price evaluation will determine whether the proposed price is realistic, complete and reasonable in relation to the solicitation requirements. Although price is the least important evaluation factor, it will not be ignored. The degree of importance of the proposed price will increase with the degree of equality of the proposals in relation to the other factors on which selection is to be based. The Government reserves the right to award to other than the lowest prices offeror or to the offeror with the highest technical score if the Contracting Officer determines that to do so would result in the best value to the Government.}, 52.212-3 Offeror Representations and Certifications ? commercial Items (Jan 2005), FAR clauses and provisions are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) clauses and provisions are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer?s Authority (Feb. 2005), 1352.201-71 Contracting Officer?s Technical Representative (COTR) (Mar. 2000), 1352.208-70 Printing (Mar. 2000), 1352.209-71 Organizational Conflict of Interest (Mar. 2000), 1352.209-73 Compliance with Laws (Mar. 2000), 1352.211-70 Statement of Work/Specifications (Mar. 2000), to provide the items described herein. 1352.215-73 Inquiries (Mar. 2000), 1352.216-70 Contract Type (Mar. 2000) (Firm-Fixed Price Contract for Supplies), 1352.233-70 Harmless From Liability (Mar. 2000), 1352.233-71 Service of Protests (Mar. 2000), 1352.252-70 Regulatory Notice (March 2000), 1352,252-71 Regulatory Notice (March 2000). Agency protests filed with the Contracting Officer shall be sent to Ms. Sharon Walker, 601 E 12th Street, Room 1756, Kansas City, MO 64106. 1352.246-70 Inspection and Acceptance (Mar. 2000). Inspection and acceptance will be performed at the National Ocean Service, 219 Ft. Johnson Road, Charleston, SC. 1352.252-70 Regulatory Notice (Mar 2000). Full text of these CAR clauses is available upon written request by sending an email to Sharon.walker@noaa.gov. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CASC, Attn: AMD/Sharon Walker, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Offers must be received on or before 2:00 pm CDT, Thursday, May 12, 2005. Offers may be faxed to 816-426-7530 Attn: Sharon Walker. In addition to price, offers must include the following: 1) a completed copy of the provisions contained in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 2) certification of registration in the Central Contractor Registration database; 3) and Performance references for requirements that are comparable to those stated within. 5) Brief, succinct cover letter expressing interest in responding to this announcement and deliverable, a brief company overview, resume, and hatchery / business experience. Resume and hatchery/business experience not to exceed four (4) pages. The cover letter shall include the firms contact information including address, phone and fax numbers, and email address. This is a firm fixed price solicitation set as-side for small business. DELIVERY Delivery is required 30 days after receipt of award. BID FORMAT: Provide itemized pricing as follows: UNIT PRICE TOTAL Line Item #1 ? Automated DNA Sequencer 1ea $______________ $___________
 
Record
SN00801486-W 20050507/050505211725 (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.