Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2009 FBO #2789
SOLICITATION NOTICE

66 -- Beckman Coulter DU800 Spectrophotometer High-Performance Kinetics Package with PC or Equal

Notice Date
7/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-09-RQ-0414
 
Archive Date
8/13/2009
 
Point of Contact
Joshua D. Holliday, Phone: 3019758497, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
joshua.holliday@nist.gov, todd.hill@nist.gov
(joshua.holliday@nist.gov, todd.hill@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. ***This solicitation is being issued using Simplified Acquisition Procedures.*** ***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-34.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is unrestricted and all interested Contractors may submit a quotation.*** *** The National Institute of Standards and Technology is seeking to purchase One (1) Beckman Coulter DU800 Spectrophotometer High-Performance Kinetics Package with PC or EQUIVALENT.*** ***Line Item 0001 is a BRAND NAME or EQUAL requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency's needs.*** ***All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity One (1) Beckman Coulter DU800 Spectrophotometer High-Performance Kinetics Package with PC or EQUIVALENT, which shall meet or exceed the following salient characteristics: Instrument Specifications: 1. Wavelength range from 190 - 1100 nm 2. Spectral bandwidth less than or equal to 1.8 nm 3. Wavelength set ability in 0.1 nm increments 4. Photometric readout from -0.300 to 3.000 A or 0.0 to 200.0% T 5. Photometric accuracy of ±0.005A (at 1 A with NIST 930D solid filter at 546 nm) 6. Stray light of <0.05% T (using NaI at 220 nm using the ASTM E387-84) 7. RMS Noise of ±0.0002 A (RMS) at 0 A, average readings at 500 nm) 8. RMS Baseline flatness of ±0.001 A (from 220 to 800 nm, at 0 A) 9. Stability of <0.003 A/hr (at 340 nm; after one hour warm-up) 10. Wavelength accuracy of ±0.2 nm 11. Wavelength repeatability of ±0.1 nm 12. Selectable scanning speeds of 120, 240, 600, 1200 and 2400 nm/minute 13. Baseline flatness of ±0.001 A from 220 to 800 nm at 0 A 14. Response time 0.05 seconds (20 readings per second) Software Specifications: 1. Fixed Wavelength application - up to 12 wavelengths can be analyzed simultaneously. Data can be taken in % transmittance or absorbance. 2. Basic Wavelength Scan application - variable scan speed from 120 to 2,400 nm per minute. Up to 12 scans can be overlaid for easier analysis. Measurements can be automated at timed intervals. The collected spectra can be added, subtracted, or multiplied. 3. Wavelength Scan II - allows 1st, 2nd, 3rd, and 4th derivatives; NetA calculations, scatter correction, peak/valley picker 4. Nucleic Acid Analysis Ratio Application - for samples containing both nucleic acids and proteins. The key components of this application include 260/280 ratio with and without background correction at 320 nm; 230/260 ratio with background correction at 320 nm; protein and nucleic acid concentrations using Warburg and Christian coefficients. 5. Nucleic Acid Analysis II Application - allows oligonucleotide quantification mode to determine molecular weight, absorptivity, concentration, and theoretical melting point. This application simplifies quantitation of nucleic acids from base composition (>30mers) and from sequence (≤30mers). 6. Kinetic/Time Application - up to 12 reaction rates can be measured and simultaneously analyzed by linear regression. 7. Protein Analysis Application - protein concentrations are calculated using various methods, such the Bradford, Lowry, Biuret, Direct UV (at 280 nm and user-defined wavelength), Colloidal Gold, or Bicinchoninate methods. Up to 30 standards can be used. 8. Enzyme Mechanism Application - measures enzymatic reactions and calculates Km, Vmax, kcat, and Ki determinations by Marquardt nonlinear regression analysis. The following plots are generated from this application: Michealis-Menton, Lineweaver-Burk, Eadie-Hofstee, Inhibition, and Hill. 9. Enzyme Activity Application 10. Performance Validation Application - verifies performance of the instrument without standard samples. These tests include baseline flatness, wavelength accuracy, repeatability, noise, stability, and resolution. 11. Single Component Analysis - determines concentrations of unknown via linear or non-linear regression. Up to 30 standards can be used. This application has linear regression with zero and non-zero intercept, non-linear regression, baseline correction using up to two background wavelengths, and statistical analysis of sample data, including variance and r squared. 12. Experimental Micro Tm Analysis Application using Peltier controlled Micro Tm Cell Holder - The six-position micro-cuvette holder allows small sample volume (325 µl) and hence more accurate measurement of the experimental melting temperature. The Peltier controlled unit must be capable of a temperature ramp of 0.1 to 5.0 oC/min from 4 oC to 104 oC. The unit must contain a purge connector to purge cells with nitrogen or argon when collecting data below room temperature. In addition, the software must be capable of calculating the first derivative, taking a two-point average, and performing a nonlinear fit. Additional Features: 1. The light sources must have both manual and automatic on/off functions. 2. The software must include a Source Scheduler for the purpose of turning the light sources on and off at pre-set times. This will both minimize set-up times and preserve the life of the bulb. 3. The ultraviolet source must be pre-aligned to facilitate rapid replacement of bulbs and minimize down-time of instrument. 4. Must be compliant with FDA regulation 21 CFR Part 11. 5. Must contain two features called REDI-READ and REDI-SCAN or equivalent. These features allow interruption of any method without disturbing a previous method. This allows samples of high importance to be analyzed immediately. Upon completion, the previous method can be resumed. 6. Must contain a cell-matching feature. This minimizes the effect of dirty/scratched cuvettes when multiple cells are used. Up to three wavelengths can be corrected. 7. The instrument must be capable of being equipped with both a 50 µl microcell and 5 µl ultra-microcell, which are essential when precious sample is scarce. 8. A Windows XP workstation must be included with the package. A computer dedicated to running the instrument is essential for its operation. Delivery terms shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver line item 0001 and 0002 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. Award shall be made to the offeror that provides the lowest priced, technically acceptable quote. Technical acceptability means that the quote meets or exceeds all of the stated minimum specifications. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance and 3) Price. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, and clearly documents that the offered product meets salient characteristics stated above and meets the needs of the Government in essentially the same manner as the brand name. Past Performance: Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor's history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its' affiliates. Offerors should provide a list of at least three (3) references to whom the same or similar equipment has been provided. The Contractor must include the references name, contact person, and contact information in the quotation. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. ******The following clauses apply to this acquisition: 1. 52.211-6 Brand Name or Equal; 2. 52.212-4 Contract Terms and Conditions-Commercial Items; 3. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: a. 52.222-3 Convict Labor b. 52.222-19 Child Labor - Cooperation With Authorities And Remedies c. 52.222-21 Prohibition of Segregated Facilities d. 52.222-26 Equal Opportunity e. 52.222-35 Equal Opportunity for Special Disabled Vets, Veterans of the Vietnam Era, and Other Eligible Veterans f. 52.222-36 Affirmative Action for Workers with Disabilities g. 52.222-37 Employment Reports on Special Disabled Vets, Veterans of the Vietnam Era, and Other Eligible Veterans h. 52.222-50 Combating Trafficking in Persons i. 52.225-3 Buy American Act - NAFTA - Israeli Trade Act Alternate I of 52.225-3 j. 52.225-13 Restriction on Certain Foreign Purchases, and k. 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s); 5) A list of three (3) references which includes the contact's name, phone number, and e-mail; 6) Country of Origin information for each line item.*** ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Joshua Holliday, Building 301, Room B175, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** *** This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) *** ***Submission shall be received not later than 3:00 p.m. local time on July 29, 2009 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B175, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attention: Joshua Holliday. Because of heightened security, FedEx, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, Building, room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-U.S. citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Joshua Holliday) @ joshua.holliday@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED. HOWEVER, EMAILED QUOTES WILL BE ACCEPTED. ***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-09-RQ-0414/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01874779-W 20090716/090715000208-10fd01ee14787fc3b45cca488da30fe9 (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.