Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
SOLICITATION NOTICE

66 -- RECOVERY/Instruments & Laboratory Equipment

Notice Date
8/6/2010
 
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
NIAIDRFQ10105
 
Archive Date
9/4/2010
 
Point of Contact
James H Kish, Phone: 301-402-2282, John - Foley, Phone: 301-402-2284
 
E-Mail Address
kishj@niaid.nih.gov, jfoley@niaid.nih.gov
(kishj@niaid.nih.gov, jfoley@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation request for quotation for commercial items prepared in accordance with the format of FAR Subpart 12.6, in conjunction with FAR Part 13.5 as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. This procurement is being issued as a request for quotation. Submit offers on NIAIDRFQ10105. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-44 dated July 8, 2010. This acquisition will be processed under Simplified Acquisition Procedures (SAP), and is not a small business set aside. The associated North American Industry Classification System (NAICS) Code is 334516, which has a size standard of 500. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure one (1) Luminex multiplexing system to be used for the detection of multiple analytes from a single biological sample. The requirements for the Multiplex system are: 1) Reagent panels analytically validated to yield consistent performance irrespective of plex size; 2) Reagent kits customizable to fit research requirements; 3) Quality controls provided to qualify assay performance; 4) Standardized and Fixed Standard curve ranges to ensure lot-to-lot consistency; 5) Multiplexing of up to 500 analytes per well including, but not limited to immunoassays, genotyping, gene expression, or enzyme assays in a 96 or 384 well format; 6) Accuracy with 4.5 logs of dynamic range (4-800,000 MFI); 7) High throughput with a fast turnaround time by utilizing a dual syringe configuration, 96 well plate in less than 20 minutes, 384 well plate in 1 hour, 15 minutes; 81) State-of-the-art software; automation and LIS interface compatible, 21 CFR part 11 compatible upgrade; 9) walk-away time for maintenance and calibration functions. The must have: 1) Touch screen graphical user interface; 2) Assay specific reporter gain; 3) Enhanced Data archiving allowing flexibility to archive by batch, kit, and lot; 4) CFR Part 11 compliance providing electronic signature audit trail as an available module; 5) Easily view sample placement on standard curve; 6) Multiple regression graphs from several curve fit formulas; 7) Ability to calibrate the instrument for use with magnetic microspheres; 8) Software can be loaded on any desktop; 9) User-friendly plate setup features allowing for speed and efficiency; 10) Various presentation styles including bar graphs and 3-D; 11) Several optional report formats, report information can be easily exported as Excel or PDF for data presentation; 12) Automatic calculation of min/maxDC; 13) Qualitative data analysis to include reference/normalization capabilities. Service requirements are: Instrument unpacking and installation by a certified Luminex technician; Unlimited visits for emergency repair, as well as coverage for all costs associated with the repair; One preventative maintenance service visit a year; 48 hour on-site response time; 24 hour a day phone availability for instrument or assay questions; Product updates and modifications. Training and support requirements: Provide a designated scientist specialist team specifically for: Training- onsite 2 day training with a specialist, including assay and instrument training as well as troubleshooting guidelines; Support - Assay-specific technical support as well as Luminex instrumentation support; Assay development assistance - Tailored specifically to the needs of the customer, specialist team can offer expert advice on Luminex multiplex custom assay development. In addition to the price and capabilities for the equipment described above, also include the following information: quotes for all parts required to do the analysis specified; detailed information on the speed of assay for each method in minutes and/or cycle time of instrument for each assay type; Specify the automation capabilities; Specify the software analysis features; Specify the variety of applications for which the system can be used; Specify the reagent platform, specifically if the equipment supports both magnetic and non-magnetic microspheres; Specify the specifications which minimally include analyte selection, number of analytes per well, sample volume, accuracy and Range, baseline reproducibility, benchtop dimensions; Include the cost and details of any warranties (regular or extended) and other service contracts required to maintain the instrument as quoted. Offers will be evaluated and the award will be determined on a best value basis. The following factors will be evaluated: Technical acceptability-- ability of the offer to meet the requirements of the SOW and sensitivity, throughput and flexibility of the capabilities; Breadth of DSC analysis models in the software; Ability to export data files to other formats (specify); Long-term cost of using the instrument for assays (including annual maintenance agreement), specify any requirements for routine maintenance; speed of assay for each method (in minutes) or cycle time of instrument for each assay type; Ease of switching between each of the required assays (explain requirements); Price, and delivery. Inside delivery shall be 30 days after receipt of order (ARO). Delivery will be made to Bethesda, MD, 20892. The FOB point shall be Destination. This will be a firm-fixed price contract. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009; FAR 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements; FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; Far 52.212-3 Offeror Representation and Certifications Commercial Items; Far 52.212-4 Contract Terms and Conditions Commercial Items; Far 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; and FAR 52.406-7 Central Contractor Registration (2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included with submission and can be found at Online Representations and Certifications Application (ORCA) https://orca.bpn.gov. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database 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. The CCR website is http://www/ccr.gov. Copies of the aforementioned clauses are available upon request by telephone to James Kish at (301) 402-2282. All responsible sources may submit offers that will be considered by this agency. Offers may be mailed or faxed to the POC indicated above (Fax 301-480-8720). Offers must be submitted no later than 5:00 p.m. Eastern Daylight Savings Time (EDST), August 20, 2010. For delivery through the U.S. Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE52F, Bethesda, MD, 20892-4811. Requests for information concerning this requirement are to be addressed to James Kish at 301-402-2282. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAIDRFQ10105/listing.html)
 
Place of Performance
Address: National Institutes of Health, NIAID, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02231858-W 20100808/100806235307-adbaab5dcbf8fe7b7d48f1f85dd57231 (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.