Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2008 FBO #2440
SOLICITATION NOTICE

66 -- Gene Prep Automated DNA Extraction System

Notice Date
7/30/2008
 
Notice Type
Combined Synopsis/Solicitation
 
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, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
RFQ8224
 
Response Due
8/13/2008
 
Archive Date
8/28/2008
 
Point of Contact
Shirlene M Smith,, Phone: 301-402-6315, Linda C Taylor,, Phone: 301-402-5762
 
E-Mail Address
ssmith@niaid.nih.gov, ltaylor@niaid.nih.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined/solicitation for Request for Quotation for commercial items 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; quotes are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is RFQ8224 and the solicitation is being issued as a request for quotation. This solicitation document and its incorporated provisions are those in effect through the Federal Acquisition Circular (FAC 2005-26). This acquisition will be processed under Simplified Acquisition Procedures and is not a Small Business Set-Aside. The National Institute of Allergy and Infectious Disease (NIAID) intend to procure a GENE PREP for Plasmid/BAC Protocol. The contractor Gene Prep Plasmid/BAC protocol must have the following: 1)Installation Specifications such as Independent floor-standing model; Dimensions:28.3"Wx26.4"Lx60.4"H; Weight:530lb; Power:15amp, 100 volts, 50/60 Hertz; 2)Gene Prep Automated DNA Extraction System includes: a)Customer's choice of 1 protocol for DNA extraction, b)In-lab instrument installation and in-lab user instructions, c)1 year warranty, which covers the cost of repair and/or replacement, including labor or any defect in workmanship or parts; 3)Key Features: a)Fully automated for the isolation of DNA from Plant material, Animal tissue and BAC/Plasmid preps (shipped standard with your choice of 1 protocol), b)Patented chemistry for DNA isolation uses a proprietary single phase organic extraction method, c)Capability of processing, unattended, up to 48 samples in 2 hours, d)Ability to process 0.5-3.0ml cultures (dependant on individual application), e)Processing capability of cultures in batches of 48 in specially designed disposable plastic centrifuge tube units (8 sample tubes per unit), f)No filter or column required for the recovery of nucleic acid; 4)Hardware: a)6 independent reagent reservoirs delivered by 6 independent syringes, b)Integral centrifuge module, swing rotor of 6 buckets, c)XYZ robotic sample handling, d)Shaking heater module for incubation; 5)Software: 2)Touch panel control, b)Pre-programmed protocols with limited user programmability, c)Store multiple protocols with 7 user files each. The North American Industry Classification System (NIACS) Code for this acquisition is 334516, and the small-business size standard is 500. This is a firm fixed-price contract and the FOB term is "Destination" and Net 30. FAR provisions and clauses that apply to this acquisition: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items; FAR 52.225-1, Buy American Act-Supplies; FAR 52.204-7, Central Contractor Registration; and FAR 32.703-2, Availability of Funds, FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. All responses received will be considered by the agency. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR at www.ccr.gov/ 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 [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award.] Offers must be submitted no later than 5:00 P.M. Eastern Daylight Time on Wednesday, August 13, 2008. For delivery of responses through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE70, Room 2NE22C, MSC/2811 Bethesda, Maryland 20892-4812. E-mail and Fax submissions are not authorized. Requests for information concerning this requirement must be submitted in writing, and can be faxed to 301-480-0469, or e-mailed to ssmith@niaid.nih.gov. It is the vendor's responsibility to confirm receipt of all quotations and/or questions by the closing date of this announcement by contacting Shirlene Smith at 301-402-5770. Collect calls will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9d89bf687050dd5415a5b443655ba06b&tab=core&_cview=1)
 
Place of Performance
Address: National Institutes of Health NIAID, 10401 Fernwood Rd. Rm 2NE70, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01626766-W 20080801/080730221806-9d89bf687050dd5415a5b443655ba06b (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.