Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2007 FBO #2055
SOLICITATION NOTICE

66 -- Bioscreen C MBR instrument - which consists of a computer controlled: shaker, incubator, reader and analyzer.

Notice Date
7/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Beltsville Area, ANRI, ASU, 10300 Baltimore Blvd., Bldg. 209 BARC EAST, Beltsville, MD, 20705, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
7011275149-70033
 
Response Due
7/29/2007
 
Archive Date
8/13/2007
 
Description
This is a combined synopsis/solicitation for the commercial item identified below, 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; offers are being requested and a written solicitation shall not be issued. This solicitation number is: 7011275149-00033, is issued as a Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-17. This solicitation shall be solicited on a unrestricted basis. The North American Industry Classification Code (NAICS) code is 334516. The U.S. Dept. of Agriculture intends to procure the 3 following lined items (or Equivalent) - that are all Manufactured and distributed by the foreign vendor: Oy Growth Curves Ab Ltd. ? located in the Country of Finland. (Lined Item 1) Bioscreen C MBR, Item Number: 5101370, Bioscreen C MBR Instrument- shall have the following Minimum requirements: The above instrument shall be a computer controlled (via a PC) and shall also include a shaker and incubator, light source, filterwheel with eight different filters from 405 nanometers to 600 nanometers, which shall also include a wide band filter. The above instrument shall also include a power cord and computer connection cord. The length of tests performed by the above instrument shall be set from a single measurement to duration of mpnths. The incubator system shall have a working range of 1 to 60 degrees celcius in steps of 0.1 degree and shall maintain accuracy within 0.1 degree of temperature. The optical system for the above instrument shall include a Lamp and a filter wheel cabinet ? and shall provide a light that is produced by the halogen lamp. The light shall then pass thru the filter wheel. The correct filter shall be chosen by making the appropriate entry during the expirements set-up. The chopper wheel shall consist of 8 wavelenghts that the end-user can choose from: 405, 420, 450, 492, 540, 580, 600 or a 420-580 wide band filter. Filtered light shall move through a optical light to the lens assembly ? and shall be located in the measurement compartment below the honeycomb plates and light shall pass thru the bottom of each well and results shall be collected by the detector. The detector shall be on a retractable arm, which shall move into place above the plate. Shall be able to read samples with two wavelengths over a period of forty-eight hours with specified time intervals (1 to 120 minutes). Incubator and Shaker Minimum requirements for Lined Item 1: There shall be no condensation or evaporation of sample. There shall be no liquid condensation on plate cover, which can mask true results. Heated Cover shall eliminate sample ovaporation., which can distort results. Temperature Range shall be from 1 to 60 degrees, with tight temperature variation held within +/-0.1 degee. This instrument shall heat the plate from both the bottom and top allowing for tight temperature tolerances. Heating method of the platesshall be from both the top and bottom of the incubator sandwiching the plates for long-term expirements for to 48 hours and tight temperature tolerance. Choice of Seven wavelengths plus wide-band for turbidity measurements ? (unaffected by change in color in the wells). Growth Wells shall be honeycomb shaped and provide a minimum of 100 wells per plate and shall be able to measure 200 results at 1 time. Instrument shall perform both Aerobic and anaerobic applications. Several shaker options are required: rocker/orbital/circular and vibrator ? with varying speed types. Shaking of Plates shall be needed to perform over the specified incubation period. (Lined Item 2): Honeycomb plates-fitted lids ?Quantity: 1 lot = 100 pieces, Item Number: 9502550. (Lined Item: 3) NLP Bronze Nordan Lab Professional Software( (Bronze Edition); quantity: 1 each. This solicitation incorporates the following FAR clauses, provisions, addendums: 52.202-1 Definations; 52-203-5 Convenant Against Contingent Fees; 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-7 Anti-Kickback procedures; 52.204-3 Taxpayer Identification; 52-204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.211-5 Material Requirements; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 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, 52.216-24 Limitation of Government Liability; In Paragraph (B) of 52.212-5, the following apply: 52.203-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.232-34, and 52.222-70. All offerors must include copies of 52.212-3 (Representations and Certifications) and 52.222-70 (Compliance with Veterans Employment Reporting Requirements). Faxed Quotations are acceptable and shall be faxed to John Wilkinson to fax number (301) 504-5521 on or before July 29, 2007. All responses shall be evaluated in order to determine the ability to meet the above stated capabilities. Offerors shall identify where the requested item meets or does not meets each of the Government?s functional and performance minimum specifications listed herein. The Government will award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The anticipated award date is July 30, 2007. All responsible sources may submit a quotation, which shall be considered by the Agency.
 
Place of Performance
Address: USDA, ARS, BA, ANRI, PQSL, 10300 BALTIMORE AVE., BUILDING 002, RM. 204, BARC-WEST, BELTSVILLE, MARYLAND
Zip Code: 20705-2350
Country: UNITED STATES
 
Record
SN01339026-W 20070713/070711220355 (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  © 1994-2020, Loren Data Corp.