Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2006 FBO #1531
MODIFICATION

66 -- REAL TIME PCR SYSTEM

Notice Date
2/2/2006
 
Notice Type
Modification
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
 
ZIP Code
20817
 
Solicitation Number
Reference-Number-NOI-RML-6006
 
Response Due
2/15/2006
 
Archive Date
2/28/2006
 
Point of Contact
Julienne Keiser, Purchasing Agent, Phone 406-363-9370, Fax 406-363-9288, - Lynda Kieres, Contracting Officer, Phone 406-363-9210, Fax 406-363-9288,
 
E-Mail Address
Jkeiser@niaid.nih.gov, lkieres@niaid.nih.gov
 
Description
This notice is a combined synopsis/solicitation, Notice of Intent. The Government intends to negotiate on a sole source basis with Applied Biosystems, Inc. for 4(four) PCR 9700 Systems, in accordance with format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are not being requested and a written solicitation will not be issued. Submit offers on NOI-RML-#6006. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08 dated 1/5/06. This acquisition will be processed under FAR Part 12, Simplified Acquisition Procedures (SAP), Acquisition of Commercial Items and is not a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 334516 and the small business size is 500. SCHEDULE: The Rocky Mountain Laboratories, (RML), performs basic research contributing to the development of diagnostic reagents, therapeutics and vaccines against human bacterial pathogens. RML has a need to purchase 4(four) 9700 Real Time PCR Systems from Applied Biosystems with the following requirements: 1) Shall be compatible with existing internal, on site equipment and technologies, and existing ABI 9700 PCR machines currently in use at RML. Shall be compatible with the pre-amp and post-amp specifications of our MegAllele technology; 2) The machines shall contain an auto restart function for power outages and continuation of PCR following return to power. 3) The PCR machines shall be capable of storing up to 100 protocols, which in turn can be stored with user name and a method name to be protected from alteration. 4) Footprint characteristics must be at or within 12(twelve) inches of width, no higher than 10(ten) inches, at or less than 16(sixteen) inches depth and weigh no more than 20(twenty) pounds. 5) The machines shall be capable of accepting interchangeable sample block modules and be able to accommodate .2 ml of reaction tubes. Temperature accuracy shall be +/- 0.25°C from 35.0°C – 99.9°C. All system software shall be controlled with 5(five) diagnostic programs. 6) The PCR machines shall be capable of using gold-plated silver block for maximum performance or aluminum blocks for routine PCR reactions. 7) An automated restart or incubate function shall be available for power outages or after a run has been performed. FOB Point shall be Destination, Hamilton, MT. Delivery location is Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT. The following FAR provisions and clauses apply to this acquisition: (B)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation; By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall have posted their FAR 52.212-3 Offerors Representations and Certifications Commercial Items at website http://orca.bpn.gov.; 52.212-1 Instructions to Offerors Commercial; FAR52.212-2 Evaluation Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items. FAR52.246-2 Inspection of Supplies-Fixed Price. FAR 52.204-9 Personal Identity Verification of Contractor Personnel. Award will be based on the capability of the item offered to meet the above stated salient characteristics, including price, delivery, past performanace, and warranty. Offers may be mailed to Julienne Keiser at Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, Mt 59840, or faxed to the POC indicated above (Fax - 406-363-9376), or e-mailed at (JKeiser@niaid.nih.gov). Offers must be submitted not later than 4:30 PM (MDST), 2/15/06. Copies of the above-referenced clauses are available upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-FEB-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/HHS/NIH/AMOB/Reference-Number-NOI-RML-6006/listing.html)
 
Place of Performance
Address: ROCKY MOUNTAIN LABS 903 S. 4TH STREET HAMILTON, MT
Zip Code: 59840
Country: USA
 
Record
SN00979541-F 20060204/060202214954 (fbodaily.com)
 
Source
FedBizOpps 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.