Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
SOLICITATION NOTICE

66 -- Real-Time PCR System

Notice Date
8/10/2011
 
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, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
1089085
 
Archive Date
9/7/2011
 
Point of Contact
Marcia O Park, Phone: (870) 543-7405
 
E-Mail Address
marcia.park@fda.hhs.gov
(marcia.park@fda.hhs.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 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 1089085. 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) 2005-53, dated August 4, 2011. This acquisition is not set aside for small businesses. The appropriate NAICS code for this acquisition is 334516 - Analytical Laboratory Instrument Manufacturing with a small business size standard of 500 employees. The purchase order awarded as a result of this RFQ shall be a firm fixed price. The FDA needs to purchase a real time PCR System with the following features: 1. Equipment must be licensed for Real-Time PCR. 2. Equipment must have 96 sample capability in a MTP format. 3. Equipment must shave open system for reagents and consumables 4. Shall be modular system with available upgrade options a. Can be two 96-well thermal block options - either aluminum block or silver block b. Choice of Optical lid - realplex 2 for two-color detection (emission 520 nm/550 nm) or realplex 4 for four-color color detection (emission 520 nm/550 nm/580 nm/605 nm) c. Must have upgrades available for conversion of realplex 2 to realplex 4 5. Shall have maximum heating and cooling rates: 4 degrees C/sec heating, 3 degrees/cooling for aluminum block systems. Faster ramping available with silver block models. 6. Equipment shall have dynamic range of up to 9 levels of magnitude from starting copy number. 7. Shall have advanced new generation channel Photomultiplier (CPM-type PMT) detection for high sensitivity 8. 96-LED array for excitation normalized to the mean signal for each LED in the array 9. Equipment must have high sensitivity as represented by single copy or less than or equal to 50 fM fluorescein detection in optimized assays. 10. Must be compatible with all primary real-time PCR chemistries - Molecular Beacons and TaqMan probes, Scorpion primers, hybridization probes and intercalating and DNA-binding dyes, and more. 11. Must have Mastercycler ep realplex software 12. Equipment must have TSP heated Lid 13. Equipment must have Steady Slope Gradient Technology for transfer of optimized programs from gradient mode to standard mode. 14. 2 year warranty 15. Field Installation Award will be made to the lowest priced, technically acceptable offeror. The Provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) if applicable, of this provision if the offeror has completed the annual representations and certifications 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 FAR clauses cited in this clause are applicable. 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 71-4(g)). 52.233.3, Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (PUB.L 108-77, 108-78) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793) 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (JUN 2009), Alt I (41 U.S.C. 10a-10d, 19 U.S.C. 3301 Note, 19 U.S.C. 2112 Note 19 U.S.C. 3805 Note, Pub L. 108-77. 108-78, 108-286. 108-302. 109-53, 109-169, 109-283, and 110-138). 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s. proclamations and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) 52.232-34, Payment by Electronic Funds Transfer - Other Than Central Contractor Registration (May 1999) (31 U.S.C. 3332) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2005) Clauses and Provisions may be obtained by accessing http://www.acquisitions.gov. CCR Requirement: A company must be registered in the Central Contractor Registration (CCR) System before an award can 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 Defense Priorities and Allocations System (DPAS) and assigned rating are not application to this solicitation notice. Offerors that fail to complete the required representations and certifications, or reject the terms and conditions of the solicitation may be excluded from consideration for award. An official authorized to bind the offer must sign the terms and conditions of the offer. Questions regarding this notice must be received no later than COB August 19, 2011. All responsible sources may submit an offer which if timely received, shall be considered. The offer must reference RFQ 1089085. The offers are due in person, by postal mail, fax or email to the point of contact listed below on or before August 23, 2011 by close of business (CDT) in Jefferson, Arkansas at the Food and Drug Administration, OC/OM/OAGS, ATTN: Marcia Park, 3900 NCTR Road, HFT-322, Jefferson, AR 72079-9501. For information regarding this solicitation, please contact Marcia Park at 870/543-7405, FAX 870/543-7990 or email marcia.park@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1089085/listing.html)
 
Place of Performance
Address: 8401 Muirkirk Road, Laurel, Maryland, 20708, United States
Zip Code: 20708
 
Record
SN02528723-W 20110812/110810235258-06c6a34f48b64c94abd17744dd4137e3 (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.