Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2010 FBO #3190
SOLICITATION NOTICE

99 -- G:BoxiChemi XT Camera

Notice Date
8/17/2010
 
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, NCTR-50 RM422 HFT-320, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
SOL-10-223-00315
 
Archive Date
9/8/2010
 
Point of Contact
Janice Cooper, Phone: 215-717-3093
 
E-Mail Address
janice.cooper@fda.hhs.gov
(janice.cooper@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is combined synopsis/solicitation for commercial items prepared in accordance with the format in 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is SOL-10-223-00315. This solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18 dated July 5, 2007. The associated North American Industry Classification System (NAICS) Code is 334516 – Analytical Laboratory Instrument Manufacturing. Small Business Size Standard 500 Employees. DHHS FDA Office of Acquisitions and Grants Services requires the following items: G:BoxiChemi XT Camera A.Technical Requirements Technical Specifications: •Minimum Series 2 Darkroom •Minimum TRUE 16 bit, •Minimum 4.2 megapixel, •Minimum -28C Absolute cooled camera •Minimum 6.3MP using Effective Pixel Technology (EPT) •Edge lighting READY •Grayscales 65536 or better •Fixed automated lens fO.95 (for use with motorized racking system) •Shall have motorized racking system •Minimum 9 position filter wheel with one UV filter – motor driven UV •UV Transilluminator minimum 20 x 20 cm (302 nm) oWavelength 302nm or better oFull variability intensity shall range from 50-100% •Minimum FRLP Filter for use in 3 position slider or 9 position filter wheel •Safe Imager filter for use in 3 position slider or 9 position filter wheel •Epi RGB/UV (LED lighting unit) •Epi white •LED Lighting Gantry •Visible Light Converter •Separate camera compartment •Separate light tight viewing chamber •Electronic door lock (for longer exposures) •Integral overhead white light •Computer shall control darkroom (automated) •Computer shall control camera/lens (automated) •Gene Snap image acquisition software or equivalent oFree software updates/upgrades oShall control darkroom/camera/lens functions oShall have auto off switch for UV function oShall provide real time live images oShall have automatic exposure control oShall have image cropping feature oShall have SGD private file format for true GLP oShall provide direct link to analysis software oShall export image in TIF, BMP, JPEC, PCX, GIF and WPG oShall have saturation detection for quantitative applications Shall be capable of performing automatic colony counts Shall have capability of image annotation, enhancement and manipulation control Shall provide image sharpening and smoothing •4 copies Gene Tools Match analysis software, or equivalent oIcon driven oSingle window display of all data, images and histogram simultaneously oMultiple experiments oAutomatic analysis of multi-layers gels, with multiple wells per gel oZoom control oAutomatic track, band and edge finding with manual override capability oAutomatic detection and correction for distorted tracks and grimanced or curved bands oLane histograms oSingle band/track data oMultiple intensity/quantity calibration oAbility to perform MW and densitometry on the image at the same time, providing a single result table oOption of automatic and manual marker assignment oAutomatic 1D gel, colony counting, slot blot, ELISA plate analysis oDendrograms, matching coefficients and matching matrix oAbility to directly link to Excel oFree software updates/upgrades •Shall have manufacturers 3 year warranty for equipment itself at no additional cost •Digital Thermal Printer Kit •Computer oMinimum 17” Flat Panel Monitor oPreloaded MS Office 2007 software oMinimum 3 year warranty on PC and monitor oShall be contained to this equipment exclusively The company will need to deliver the plate reader to our location at 9000 Rockville Pike, Bldg 29A, Room 1B21, Bethesda, MD 20892. The company would be required to unpack setup and train our lab individuals in use of the equipment. 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. Contract Type: Commercial Item – Firm Fixed Price. Simplified procurement procedures will be utilized. FOB Point Destination. FOB Point of Delivery for Services and Supplies will be the following: Food and Drug Administration 9000 Rockville Pike Bldg 29A, Room 1B21 Bethesda, MD 20892.. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None 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: (i)Technical capability of the item offered to meet the Government requirement (ii) price. 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 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 product meets the technical requirements. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. The government reserves the right to make an award without discussions. The provision at FAR 52.212-3. Offeror Representations and Certifications – Commercial Items applies to this acquisition. If offerors are not registered via the ORCA website at http//orca.bpn.gov, offerors shall complete and return a copy of the provision at FAR 52.212-3 with their offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following agenda have been attached to the clause. None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-1.52.225-13, 52.232-33 and 52.232-34 Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.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. All responsible sources may submit a quotation, which shall be considered. The quotation must reference solicitation number SOL-10-223-00315. The Offers are due in person, by mail or fax on or before August 24, 2010 by 14:00 hours at FDA Philadelphia District Office) at the Food and Drug Administration, 200 Chestnut Street, Rm 900, U.S. Customhouse, Philadelphia, PA 19106 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. For information regarding this solicitation, please contact Janice Heard at (215) 717-3093; or email janice.heard@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/SOL-10-223-00315/listing.html)
 
Place of Performance
Address: Food and Drug Administration, 9000 Rockville Pike, Bldg 29A, Room 1B21, ., Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02244131-W 20100819/100818000135-49465d8aba778a4b7e25e90186303603 (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.