Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2010 FBO #3172
SOLICITATION NOTICE

66 -- DNA Engine Tetrad 2 4 Bay Thermal Cycler Chassis and 48/48 Dual Alpha Unit with Two Heated Lids

Notice Date
7/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
1078852
 
Archive Date
8/21/2010
 
Point of Contact
Howard Nesmith, Phone: 870-543-7459
 
E-Mail Address
howard.nesmith@fda.hhs.gov
(howard.nesmith@fda.hhs.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The government intends to issue a Purchase Order in accordance with FAR PART 13.106 for the attached requirement under Simplified Acquisition Procedures. The solicitation number is 1078852. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. The associated North American Industry Classification System (NAICS) Code is- 334516 - Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 in number of employees. This action will be a Veteran Owned Small Business Sat Aside. Offerors are responsible for delivery in person, by mail, fax, e-mail or delivery providers their completed proposal and any additional documents before 10:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on August 6, 2010 to the Attention of Howard Nesmith at the Food and Drug Administration, OC/OSS/OAGS, 3900 NCTR Road, Jefferson, AR 72079-9502. When appropriate, Offerors should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time. For information regarding this solicitation, please contact Howard Nesmith @ (870) 543-7459, FAX (870) 543-7990, e-mail howard.nesmith@fda.hhs.gov. The Food and Drug Administration is soliciting quotes for a DNA Engine Tetrad 2 4 Bay Thermal Cycler Chassis and 48/48 Dual Alpha Unit with Two Heated Lids. Item #1 Tetrad 2 Thermal Cycler 4 Bay Chassis Programmable, petlier-style, multi-bay thermal cycler with interchangeable blocks capable of running up to 8 individual sample blocks, which can be controlled independently or as a group. A single chassis system designed for this purpose required. Instrument must have interchangeable sample blocks to accommodate a variety of tubes, microplates, and slides. The unit must be able to control up to 8 individual sample blocks, which can be controlled independently or as a group. Additional Specifications: •Thermal range: 0-1 05°C, but no more than 30°C below ambient temperature (l0-105°C for the Slide Chambers unit) •Accuracy: ±0.3°C of programmed target at 90°C, NIST-traceable (±OAOC for dual-block units) •Thermal uniformity: ±OA°c well-to-well within 30 seconds of arrival at 90°C (±O.5"C for dual-block units) •Ramping speed: Up to 3°C/sec for all single-and dual-block units; Up to •1.2°C/sec for the Slide Chambers unit •Sample capacity: Depending on block used; up to 1,536 samples if using 4 units that have dual 48/48 sample blocks. •Displays: One 1/4 size VGA screen (320 x 240 pixels), 16 colors •Ports: One 9-pin RS-232 serial port, one ethemet port •Program Capacity: ~ 1,000 •Approximant size: 24” x 19” Quantity: 1 (One) Unit Price: $___________________ Extended Price: $_______________ Make:___________________________ Model:__________________________ Part Number:____________________ Item #2 48/48 Dual Alpha Unit with Two Heated Lids Reaction module for DNA Engine thermal cyclers, includes 2 independent blocks, each holds 48 x 0.2 ml tubes, also includes sample consumables for above Tetrad 2 Thermal Cycler 4 Bay Chassis. Quantity: 2 (Two) Unit Price: $___________________ Extended Price: $_______________ Make:___________________________ Model:__________________________ Part Number:____________________ FOB Destination - U.S. Food and Drug Administration, National Center for Toxicological Research, 3900 NCTR Road, Jefferson, AR 72079-9502. *** PRICE QUOTED MUST INCLUDE SHIPPING & HANDLING & NOT *** *** LISTED AS A SEPARATE LINE ITEM OR ADDED LATER *** Contract Type - Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. CCR REQUIREMENT - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the items offered to meet the Government's requirement. (ii) Price. The government will award the purchase order to the lowest price technically acceptable quote. Technical acceptability will be determined by review of information submitted by the quoter which must provide a description in sufficient detail to show that the product/service quoted meets the Government's requirement. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. A standard commercial warranty on parts and workmanship is required. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1078852/listing.html)
 
Place of Performance
Address: National Center for Toxicological Research (NCTR), U.S. Food & Drug Administration, 3900 NCTR Rd, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN02224521-W 20100801/100730235634-7c74b78a7a8358a3304cc1bc1937d991 (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.