Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2005 FBO #1348
SOLICITATION NOTICE

66 -- SCANALYZER

Notice Date
8/3/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Ord Service Center/Nerl, Rtp Procurement Operations Division, Research Triangle Park, NC 27711
 
ZIP Code
27711
 
Solicitation Number
RFQ-RT-05-00336
 
Response Due
8/10/2005
 
Archive Date
9/10/2005
 
Description
NAICS Code: 334516 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 SOLICITATION. QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is RFQ-RT-05-00336 and the solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-4. The associated North Industry Classification System (NAICS) is 334516 and the size business size standard is 500 employees. Full and open competition procedures will be utilized. A firm, fixed price purchase order using Simplified Acquisition Procedures is anticipated to result from the award of this solicitation. This procurement is for the acquisition of a Sanalyzer: Required Operational Specifications: (1) Unit must have top and backlighting (bottom) visible light capabilities; (2) Unit must have digital (3 CCD RBG chips, 752 x 582 pixel) camera at the top of the unit; shutter speed 1/125-1/2000 sec; (3) Unit must have top UV light illumination and IR camera at one side of unit (4) Unit must have adjustable legs and access door (5) unit must have software to assess plant height plant architecture, plant and seed biomass, and seed larvae and microbial numbers; (6) Unit must be large enough to accommodate plants up to 75 cm in height/45 cm width; (7) Unit must be capable of scanning Petri plates (35 mm-100mm) and standard microtitre (e.g. 96 well plates), containing e.g., small plants such as Arabidopsis or Lemma or small invertebrates such as Daphnia, collembola or insect larvae); (8) Working temperature of unit: 15-35C; (9) Reading time/image = no more than 4 sec: (10) Reading time/plate (4 scan mode) = no more than 16 sec (11) Total reading time (4 scan mode) = no more than 60-120 min; (12) Resolution per well of 96 well microtite plate in 4 scan mode = approx. 50 pixel/well; (13) Software to have capability to measure and analyze plant damage with respect t total shoot biomass, size, number, area, color and fluorescence of leaves, leaf lesions or seeds; (14) Software to have capability to measure and analyze plant damage with respect to total shoot biomass, size, number, area, color and fluorescence of leaves, leaf lesions or seeds; (15) Software to have capability to measure and analyze frond number and size of duckweed (Lemna); number, size and motility of Daphnia; numbers and sizes of microbial colonies on agar media/adjustment for color of agar media; total numbers, lesion numbers, and determinations of necrosis in Arabidopsis grown in agar or soil media. (16) Software shall also have capability to calculate EC values of growth rate and biomass; (17) Unit must have dedicated computer/monitor/integrated software to carry out salient measurement and statistical analysis functions indicated below in section. Required Functional Specifications: must have hardware that includes lighting, visible and IR cameras contained within a single free-standing metal cabinet that houses such imaging and image capture data collection devices. The fully integrated system must be capable of measuring and collecting data and via software dully integrated with the hardware, have capabilities to statistically analyze, display and export diverse types of data including: (1) Plant height (up to maximal height of 75 cm, including the pot); (2) Plant biomass (up to maximal size of 75 cm tall and 45 cm wide); (3) Plant architecture (i.e. branching patterns, inter-node distances): (4) Total leaf area; (5) areas of chlorosis, necrosis or herbivory on leaves after treatment with biotic agents (plant pathogens, insect or nematode pests) or abiotic agents (agricultural chemicals); (6) Total numbers and fractional size or color subsets of seeds or microbes in Petri plates (7) Flourescence from chlorophyll; (8) Flourescence from Green Flourescent Protein (GFP) (9) Delivered f.o.b. to Corvallis, OR 97333. The Government intends to award a single purchase order to the responsible contractor whose quotation meet all the required specifications and represents the overall best value to the Government. Quotations must include sufficient material (such as narrative technical specifications, drawings, photos, brochures, demo disks, videos, etc.) to permit the government to determine that the proposed instrument will meet the required operational and functional specifications. Any specific variances from specification shall be addressed by the vendor with respect to how the vendor's proposal provides alternative equivalence. Failure of an vendor to demonstrate that the proposed instrument will meet the specifications shall render the vendor ineligible for further consideration for award. The Government reserves the right to require additional pricing information if necessary to determine that the proposed price is reasonable. The following FAR provisions shall apply to this solicitation: 52-212-1, Instructions to Offerors--Commercial Items. All offerors are to include with their offer a completed copy of provision 52.212-3, Offeror Representations and Certifications--Commercial Items. The following FAR clause applies to this acquisition: 52.212-4, Contract Terms and -0Conditions--Commercial Items. The following additional FAR clauses which are cited in Clause 52.212-5 are applicable to the acquisition: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.2225-1, Buy American Act--Balance of Payments Program-Supplies; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. A completed Representations and Certifications must be included with the price quote. COMMERCIAL BUY CLAUSES are provided for your convenience on EPA's website at the following address: http://www.epa.gov/oam/rtp_cmd. Please submit quote to Courier delivery address is U.S. Environmental Protection Agency, Attn: Pamela E. Smith (E105-02), RTP Procurement Operations Division, 4930 Page Road, Research Triangle Park, NC 27703. All offers are due by August 12, 2005, 4:30 p.m., quotes can be faxed to: (919) 541-1075 or e-mailed to smith.pamela@epa.gov
 
Record
SN00861729-W 20050805/050803212744 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.