Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2011 FBO #3515
MODIFICATION

65 -- DNA/RNA Oligonucleotide Synthesizer

Notice Date
7/8/2011
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, Maryland, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
HU0001-11-T-D055
 
Point of Contact
Melissa Marcellus, Phone: 301-295-3962
 
E-Mail Address
Melissa.Marcellus@usuhs.mil
(Melissa.Marcellus@usuhs.mil)
 
Small Business Set-Aside
N/A
 
Description
The Uniformed Services University of the Health Sciences (USUHS) located on the National Naval Medical Center (NNMC) in Bethesda, MD, has a requirement for a DNA/RNA Oligonucleotide Synthesizer which will be used to generate DNA and RNA oligonucleotides for use in molecular biology experiments. The University Strategic Plan for Research and Development states that USUHS will build and sustain research programs relevant to the needs of the uniformed services. Acquisition of technologically advanced instrumentation by the shared instrument core will enable USUHS investigators to complete this critical mission. The synthesizer quoted must meet the following minimum specifications: • Benchtop instrument (24" deep x 41" long x 28" tall) • REVISED: A minimum of 12, but no more than 16 column positions • 16 amidite positions • Variable synthesis scale • Ability to start new synthesis at any position and at any time during run • Variable kinds of connections and bottle sizes • Low reagent consumption • Flexible software to allow for protocol development • WindowsXP operating software preferred • Trityl monitoring - optional • Can accommodate ancillary chemical reagents in bottles up to 2-4 liters • Minimum of 1-year warranty on parts and service Training, installation, and annual maintenance is also being requested for the maximum of five (5) years after the warranty lapses. The CLIN structure for this requirement is as follows: 0001 Synthesizer REVISED: 0002 Installation ( may be combined with CLIN 0003 ) REVISED: 0003 Training ( may be combined with CLIN 0002 ) 0004 Maintenance for the base year (upon lapse of warranty) 0005 Option Year I maintenance 0006 Option Year II maintenance 0007 Option Year III maintenance 0008 Option Year IV maintenance Quotes for refurbished items will not be accepted. This is a combined synopsis/solicitation for commercial items 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. This request for quotes (RFQ) for commercial items is in accordance with FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. It will be the responsibility of the offeror to check the website http://www.fbo.gov for the issuance of any amendments to the solicitation. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-52 (effective 30 June 2011). This solicitation is for full and open competition under the applicable North American Industry Classification System (NAICS) Code 334516 - Analytical Laboratory Instrument Manufacturing. Offerors must provide product literature accompanying the quote. Quotes must include pricing for all applicable components of the instrument. See attached provisions and clauses. Offerors must complete the DFARS 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate and include a copy of the completed certificate with your quote. Offerors must also complete FAR Clause 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification and include a completed certification with your quote. The Government will award a single firm fixed price purchase order. To be eligible for award, a offeror must register, or already be registered with the Central Offeror Registration (CCR) database. For more information, please see https://www.bpn.gov/ccr/default.aspx. Quotes are due on or before 4:30pm EST on Monday, 11 July 2011. Quotes must be submitted via email to melissa.marcellus@usuhs.mil. Quotes received after this 11 July 2011 deadline, or via any means other than email will not be evaluated. Quotes must contain a cover sheet containing the solicitation number of this combined synopsis/solicitation, offeror's DUNS number, Tax ID number, and offeror point of contact. All questions/clarifications in reference to this RFQ must be submitted via email to the Contract Specialist, Melissa T. Marcellus, at melissa.marcellus@usuhs.mil, no later than 4:30pm EST on Tuesday, 5 July 2011. Only electronic submissions of questions/clarifications will be accepted. Questions/clarifications will be addressed in an amendment to the solicitation. Any questions/clarifications submitted after 4:30pm EST on 5 July 2011, or via any means other than what is specified above, will not be answered. Award will be made to the offeror representing the best value to the Government using tradeoffs between the evaluation factors identified below. The Government is not required to award to the lowest priced offeror or to the highest technically-rated offeror. Quotes received by the deadline of 4:30pm EST on 11 July 2011, will be evaluated using the following evaluation factors: 1. Technical - the offeror's quote must illustrate that the proposed instrument, at a minimum, meets the minimum specifications identified above (ex. By providing product literature). The offeror must also identify the delivery lead time. 2. Price - the offeror shall provide total pricing for all applicable components, to include shipping charges, as applicable, showing the breakdown of these costs. Offerors must provide pricing for all option years. The Government reserves the right to award without discussions. Each offeror is urged to examine the RFQ and ensure that the submitted quote contains all necessary information, provides all required documentation, and is complete in all aspects.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USUHS/BethesdaMD/HU0001-11-T-D055/listing.html)
 
Place of Performance
Address: 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN02493961-W 20110710/110708235348-1e284e76de8acc3f7cd0c0b5f633cec8 (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.