Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2007 FBO #2117
SOLICITATION NOTICE

66 -- GENEPIX 4000B SCANNER SYSTEM AND ACCESSORIES WITH TRADE-IN OF GENEPIX 4000A SCANNER SYSTEM

Notice Date
9/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-FM1500-07
 
Response Due
9/17/2007
 
Archive Date
12/31/2007
 
Description
The USDA, Agricultural Research Service (ARS), intends to negotiate solely with Molecular Devices in Sunnyvale, California to furnish and deliver a new Genepix Scanner System, Model #4000B and accessories. This order also includes Genepix Scanner System, Model #4000A Trade-In to the USDA, ARS, NAA, Plum Island Animal Disease Center in Orient Point, NY in accordance with the terms, conditions, and specifications contained in this document. The Contractor shall furnish all labor, equipment, materials, tools, services and supervision necessary to provide the items identified below: SCHEDULE OF ITEMS: ITEM NO. 01, Genepix 4000B Scanner System, including Acuity PTO V4.0 Software and Port Key, Acuity 4 Network, USB; QTY: 1 UNIT: EA; Unit Price: $ ; Amount: $ . Trade in Genepix 4000A Scanner System; QTY: 1 UNIT: EA; Unit Price: $- ; Amount: $- . ITEM NO. 02: Credit Adjustment for Initial Training Life Science; QTY: 1 UNIT: EA; Unit Price: $ ; Amount: $. Item 03: Option - Extended Service Agreement: QTY: 1 UNIT: EA; Unit Price: $ ; Amount: $ (pending funds availability) . ALL THIS FOR A TOTAL OF $_____. NOTE: The Contractor shall prepay and add freight cost as a separate line item in accordance with the F.O.B. Destination clause. The USDA, ARS, PIADC has determined that the Molecular Devices is the only system with the following salient characteristics. The GenePix 4000B microarray scanner from Molecular Devices is a fully-integrated scanner with the GenePix Pro 6.0 and Acuity V4.0 software (transferring existing software license from existing government equipment) system. This microarray scanner must be able to work with existing government computer which is programmed with Windows XP Professional 5.1.2600, CPR 2.73 GHz, RAM 1024MB, Hard Drive 500G. The complete GenePix / Acuity system is the new standard in the acquisition and analysis of expression data from DNA microarrays, protein microarrays, tissue arrays and cell arrays. It is required for the use of Agilent arrays, which are being used in current studies, and are very specialized in that the size of the oligonucleotide features (5 microns) on their microarrays is so small that only certain scanners have the resolution to allow acceptable imaging and quantification of the signals produced. OTHER REQUIREMENTS - This equipment should be compatible with our existing GenePix Pro 6.0 Acuity V4.0 software, and a PC computer already in use (includes Microsoft XP Professional 5.1.2600 operating system, CPU 2.73 GHz, RAM 1024MB, Hard Drive 500G). PATENTS OR LICENSING- Molecular Devices holds the licensing rights to the GenePix software also the Acuity software. SPECIFICATIONS ALSO INCLUDE: 1. Microarray Scanner which is capable of: a. Simultaneously scan array slides at two wavelengths using dual laser scanning system. b. User selectable laser power. c. User-selectable focus position with unique focus depth of 64 microns. d. Display images from two wavelengths and a ratio image as they are acquired in real time. e. Precisely control the scan area. f. Automatically reads barcodes for sample tracking. g. Sensitivity of 0.1 Flour/um2, and automatically calculates and subtracts local background. h. High Speed Simultaneous Dual-channel scanning, non confocal technology. i. Sensitivity of 0.1 fluor/um2. j. Laser power monitoring adjustable 64 micron depth of Focus. k. Dynamic Photomultiplier Adjustment; l. Non-confocal technology for 64 micron depth of field for expanded focal range. SYSTEM FOOTPRINT: The entire system must fit into a footprint not greater than: 16 inches Wide by 24 inches Long and 24 inches High. The system will be moved in place by the PIADC facility contractor. Location of equipment: Bldg. 101, Mod 2. PACKING AND SHIPPING - The Contractor shall be responsible for shipping the equipment. The Contractor shall pack each item for shipment in a new container in such a manner that will ensure acceptance by common carrier and safe delivery at the destination. Containers and closures shall comply with the Interstate Commerce Regulation, Uniform Freight Classification Rules, or regulation of other carriers as applicable to the mode of transportation. The items to be furnished hereunder shall be labeled with the purchase order number and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination clause. DELIVERABLES - The Contractor shall furnish and deliver (F.O.B. Destination) the equipment and documentation to the USDA, ARS, NAA, PIADC, 40550 Rt. 25, Warehouse, Orient Point, NY 11957, within thirty (30) days after order is placed. Delivery shall be between the hours of 8:00 a.m. to 3:00 p.m., Monday through Friday, excl. Federal holidays. See additional facility restrictions below. NOTE: Warehouse is closed during lunch hours of 11:30am - 12:30pm. FACILITY ACCESS: The PIADC location has a drive up location, and a 1/4 ton lift truck. The facility has a loading dock and must be delivered through a door have an opening of 15 feet wide and 11 feet 8 inches high. Inside the building 101, the door opening is 3 feet wide x 7 feet high. Freight elevator in Building 101 with a door opening of 6 feet height by 8 feet wide maximum weight capacity of 3500 pounds. SAFETY AND SECURITY INFORMATION FOR YOUR VISIT TO THE PLUM ISLAND ANIMAL DISEASE CENTER. ***YOU MUST CAREFULLY READ THIS DOCUMENT*** 1. PASSES: ALL VISITORS MUST SIGN THE PERSONAL RECOGNIZANCE QUARANTINE DECLARATION (VISITOR AFFIDAVIT) PRIOR TO BOAT DEPARTURE FOR THE ISLAND. VESSEL BADGES ARE ISSUED ON THE BOAT. ISLAND BADGES ARE ISSUED UPON ARRIVAL ON THE ISLAND AT THE RECEPTION DESK IN BUILDING 100. 2. ESCORTS: VISITORS MAY NOT MOVE ABOUT THE ISLAND, OR ENTER BIOLOGICAL CONTAINMENT BUILDINGS WITHOUT PERMISSION, OR, WITHOUT AN ESCORT FROM THE PLUM ISLAND ANIMAL DISEASE CENTER (PIADC). 3. QUARANTINE: ALL VISITORS TO PLUM ISLAND'S OPERATIONAL ZONES 2, 3, OR 4, MUST OBSERVE A FIVE (5) DAY QUARANTINE AVOIDING ANY DOMESTIC OR WILD LIVESTOCK (CATTLE, SHEEP, GOATS, DEER, AND OTHER RUMINANTS, AND SWINE). QUARANTINE WILL EXTEND TO INCLUDE PET BIRDS OR DOMESTIC POULTRY IF VISIT INCLUDED DIAGNOSTIC OR ANIMAL ISOLATION ROOMS WHERE AVIAN PATHOGENS OR BIRDS HAVE BEEN USED. 4. PROHIBITIONS: PRIVATE BOATS ENTERING THE HARBOR, OR LANDING ON THE ISLAND; ALCOHOLIC BEVERAGES, CONTROLLED SUBSTANCES, GAMBLING; FISHING, SWIMMING, HUNTING, AND FIRES; CAMERAS WITHOUT PERMIT, WEAPONS AND/OR FIREARMS OF ANY KIND. 5. FOOD: VISITORS MAY NOT REMOVE UNEATEN FOOD AND/OR BEVERAGES FROM THE ISLAND. REUSABLE FOOD CONTAINERS MUST BE WASHED AND RINSED OF ALL FOOD RESIDUE PRIOR TO LEAVING THE ISLAND AND ARE SUBJECT TO INSPECTION BY SAFETY REPRESENTATIVES. FOOD MAY NOT BE REMOVED FROM THE BIOCONTAINMENT BUILDING. 6. GENERAL MATERIALS & EQUIPMENT: ALL MATERIALS AND EQUIPMENT BROUGHT TO THE ISLAND ARE SUBJECT TO THE SAME CONDITIONS OF QUARANTINE AS ARE VISITORS. 7. MATERIALS & EQUIPMENT ENTERING BIOCONTAINMENT AREAS: ALL MATERIALS OR EQUIPMENT TAKEN INTO BIOCONTAINMENT AREAS (ZONES 2, 3, AND 4) MUST BE AUTOCLAVED OR BIOLOGICALLY DECONTAMINATED BEFORE BEING REMOVED FROM THE BUILDING. THIS PROCESS MAY TAKE UP TO SIXTEEN (16) DAYS. BEFORE BRINGING MATERIAL AND EQUIPMENT INTO BIOCONTAINMENT AREAS, VISITORS MUST CONSULT WITH THE SAFETY OFFICE. 8. SAFETY QUESTIONS: IF YOU HAVE ANY QUESTIONS ON AN ISSUE CONCERNING SAFETY, CALL EXTENSION 3221, AND ASK TO SPEAK WITH A SAFETY REPRESENTATIVE. 9. EMERGENCIES: REPORT FIRE, SPILL, INJURY, OR OTHER EMERGENCIES BY PHONING EXTENSION 2222 IMMEDIATELY - BE PREPARED TO GIVE YOUR NAME, LOCATION, AND DESCRIPTION OF THE EMERGENCY. ENTRY AND EXIT PROCEDURES OF CONTAINMENT BUILDINGS - UPON ENTRY: 1. COMPLETELY DISROBE IN THE 'zONE 1' EXTERIOR LOCKER ROOMS. PLACE YOUR CLOTHING IN THE LOCKERS. 2. REMOVE ALL JEWELRY INCLUDING RINGS, WATCHES, EARRINGS, NECK CHAINS, BODY PIERCINGS ETC. 3. EYEGLASSES ARE ALLOWED IN THE BIOCONTAINMENT BUILDINGS (100 AND 102). 4. CONTACT LENSES WILL NOT BE WORN IN THE BIOCONTAINMENT BUILDINGS WITHOUT PRIOR EXPLICIT PERMISSION FROM THE PIADC BIOLOGICAL SAFETY OFFICER. IF CONTACT LENSES ARE AUTHORIZED YOU WILL BE PROVIDED SAFETY GLASSES OR GOGGLES THAT MUST BE WORN AT ALL TIMES WHILE INSIDE THE BIOCONTAINMENT BUILDINGS. 5. CORRECTIVE APPLIANCES WORN INSIDE THE BIOCONTAINMENT BUIDINGS MUST BE AUTHORIZED PRIOR TO ENTERING THE BIOCONTAINMENT BUILDINGS. IF APPROVED, THE SAFETY OFFICE WILL MAKE THE NECESSARY ARRANGEMENTS FOR DISINFECTING THE APPLIANCE UPON LEAVING THE BIOCONTAINMENT BUIDINGS. 6. PROCEED IN THE NUDE THROUGH THE DOOR LABELED 'ZONE 2' IN BUILDING 101 TO THE INTERIOR CHANGE ROOM. 7. PUT ON LABORATORY-ISSUED CLOTHING AND SHOES IN THE 'ZONE 2' INTERIOR CHANGE ROOM. UPON EXITING - 1. COMPLETELY DISROBE IN THE INTERIOR CHANGE ROOM. PLACE ALL USED CLOTHING IN THE LAUNDRY HAMPERS. 2. IF YOU WEAR GLASSES, PLACE THEM IN THE DECONTAMINATING SOLUTION LOCATED AT THE HAND WASHING SINK BEFORE CLEANING YOUR HANDS. 3. BLOW YOUR NOSE IN A TISSUE OR PAPER TOWEL, CLEAR YOUR THROAT AND EXPECTORATE TO REMOVE MUCUS MATERIAL WHICH MAY CONTAIN TRAPPED PARTICLES INHALED WHILE IN THE LABORATORY BUILDING. 4. CLEAN UNDERNEATH YOUR FINGER NAILS USING THE NAIL FILES HANGING BY THE WASH BASINS. SCRUB YOUR HANDS AND ARMS WITH SOAP USING A BRUSH, PAYING PARTICULAR ATTENTION TO CLEANING YOUR FINGER NAILS. 5. RETRIEVE YOUR EYEGLASSES FROM THE DECONTAMINATING SOLUTION AND RINSE THEM IN THE SHOWER. 6. ENTER THE SHOWER. YOU MUST FULLY UNBRAID YOUR HAIR IF BRAIDED OR TIED (CORNROWS INCLUDED). WASH YOUR ENTIRE BODY WITH SOAP AND SHAMPOO YOUR HAIR. ESPECIALLY, WASH THOSE PARTS OF YOUR BODY THAT WERE EXPOSED, I.E., HANDS, FACE, NECK, HAIR, AND UPPER CHEST. RINSE FOR AT LEAST THREE (3) MINUTES. 7. AFTER COMPLETING YOUR DECONTAMINATING SHOWER, STEP INTO THE ?ZONE 1? CLEAN LOCKER ROOM, DRY OFF, AND DRESS. HAIR DRYERS ARE PROVIDED. PLEASE PLACE USED TOWELS IN THE HAMPERS. DELIVERIES: FACILITY CONTAINMENT RESTRICTIONS ? If delivery is to the PIADC Building 101 a bio-containment safety level 3 (BL3) laboratory. Contractor employee(s) must adhere to facility safety regulations (see attachment 1). Everything removed must go through a decontamination process from building 101; the procedure takes a minimum 2 weeks. All warranted repairs or replacements that will require returns to the manufacturer need to be scheduled prior to the 2 week decontamination process. On site government supplied tools are available. If something is not available decontamination restrictions apply. a. Decontamination is done by putting products into a self-contained air-lock and gassed with Para-formaldehyde, after 7 days product is removed tested and requires 7 days to air out. b. Liquid decontamination for metal products is washed in a lye or bleach solution with a ratio of 1 part lye or bleach to 10 parts water, and then rinsed. c. No wood or porous materials allowed. DOCUMENTATION - The Contractor shall provide pre-installation requirements within 7 days after receipt of the order. The Contractor shall provide one (1) copy each of the operations, maintenance manuals, software, lubrication and service instructions, and submitted upon delivery of the equipment. All documentation shall include the P.O. number. CUSTOMER SUPPORT- The contractor shall provide technical assistance for using the equipment via telephone or email. WARRANTY - The Contractor shall provide a one year, non-consumable parts and labor warranty on the equipment. The Contractor shall provide a copy of the warranty for each item with their offer. The period of the warranty shall begin upon acceptance by the Government. The Contractor shall also provide information regarding the available extended warranties. EXTENDED SERVICE AGREEMENTS - The Contractor shall provide a copy and pricing for any available extended warranties. The Contractor must also be capable of servicing the equipment/software through the extended warranty. This information shall not obligate the Government to purchase an extended warranty. This is pending availability of funds. PAYMENT - The Contractor must be registered for Electronic Funds Transfer (EFT) payments in the Central Contractor's Registration (CCR) database to receive payment. Payment may be made by a Government purchase order or Government Credit Card. Final payment shall not be made unless and until the equipment and documentation have been received and are accepted by the Technical Representative. The NAICS Code is 334516 with a size standard of 500 employees. This procurement is unrestricted. This is not a request for proposal. No solicitation is available. WE WILL ACCEPT YOUR QUESTIONS BY E-MAIL OR FAX. DEMONSTRATION OF CONTRACTOR'S UNIQUE QUALIFICATIONS: The FADR unit currently has a GenePix 4000A, Serial # 55455, NFC ID# AG0002579888 microarray scanner purchased from Molecular Devices on 09/08/2000. Additionally, FADRU already owns the software that supports the scanner and it can be used in the new scanner, which will save on additional software cost. The new GenePix 4000B will also be equipped with Acuity 4.0 that is needed for microarray data analysis. The software will save an additional annual license cost per year that other manufacturers or software companies normally charge. Molecular Devices won?t guarantee the use of other software with their product. Companies with the demonstrated capability and financial capacity to provide and service such equipment, and warranty must submit a written substantive statement outlining the Company's and systems' capabilities, available service agreements and consumables (including price lists). This announcement and any other documents related to this procurement will be available electronically at the Internet site http://www.fedbizopps.gov. The Contractor is responsible for monitoring the FBO website for information relating to this requirement. Offeror's will be responsible for downloading their own copy of these documents. Contractors are required to acknowledge receipt of all Amendments (if any). If no affirmative responses are received with 5 calendar days of publication of this notice to determine whether a qualified source is more advantageous to the Government, an order will be placed with Molecular Devices under the authority of FAR 6.302.
 
Place of Performance
Address: USDA, ARS, NAA, Plum Island Animal Disease Center (PIADC), 40550 Rt. 25, Orient Point, NY
Zip Code: 11957
Country: UNITED STATES
 
Record
SN01402009-W 20070913/070911220254 (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.