Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 11, 2001 PSA #2849
SOLICITATIONS

66 -- PIXCELL II LASER CAPTURE MICRODISSECTION (LCM) SYSTEM AND

Notice Date
May 9, 2001
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, Rm 538, Rockville, MD, 20892-7663
ZIP Code
20892-7663
Solicitation Number
263-01-P-BC-0079
Response Due
May 24, 2001
Point of Contact
Sheri Custer, Contracting Officer, Phone 301-402-3065, Fax 301-402-3407, Email custers@od.nih.gov
E-Mail Address
Sheri Custer (custers@od.nih.gov)
Description
This is a combined synopsis/solicitation for Commercial Items prepared in accordance with the format in FAR 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 used. The solicitation number is 263-01-P(BC)-0079 and is issued as an Request for Proposal (RFP). The solicitation and contract will include all applicable provisions and clauses in effect through FAC 97-21. The North American Industry Classification System Code (NAICS) is 334516, and the business size is 500 employees. This is not a small business set aside. (A) The National Institutes of Health (NIH), has a requirement for a Pixcell II Laser Capture Microdissection (LCM) System and Software. LCM technology has been developed by the NIH to provide a rapid and consistently reliable method to procure pure specified cells from specific microscopic regions of tissue sections for subsequent quantitative molecular analysis. This requirement shall include as a complete system, the following salient characteristics, features, and specifications. (1) The system, which includes all necessary software, may be used to isolate and study subendothelial cells to characterize their origin and fate. Other studies may include gene and protein expression changes in discrete cells with an identified phenotype. This methodology will allow, for example, the study of gene and protein change induced by various treatments, the cellular phenotype changes characterizing transgenic animals, and changes which may underlie the pathophysiology of mood disorders using postmortem human brain tissue. (2) Shall provide for the ability to procure microscopic tissue samples from human biopsies without extraordinary mounting or slide preparation techniques required. The system shall offer completely pure cells of a morphological type for subsequent analysis, while leaving the source tissue intact for further study. (3) The system shall provide the capability to view the microscopic image of a tissue section. (4) The system shall support, and the user shall be afforded, the capability to select the various cells of interest. (5) The system shall support, and the user shall be afforded, the capability to activate a switch and then obtain only the cells of interest. (6) Shall include recently developed improvements in system design, instrument resolution, and in the software for the capture of images. (B) DELIVERY AND INSTALLATION: System delivery (within consignee_s premises) and installation (set-up) is required. (C) TERMS AND CONDITIONS: This shall be a fixed price, definite delivery contract. (D) EVALUATION: (1) A technical proposal is not required if this offer is for a Catalog Item. However, sufficient Descriptive Literature and a Catalog must be submitted with the offer to enable an evaluation against the specifications; (2) The Government will award a contract resulting from this solicitation to the technically acceptable low offer meeting the salient characteristics/specification. A published Catalog Price List MUST be submitted with the proposal to determine the reasonableness of the proposed price; (3) A list of THREE (3) contract and/or projects performed for the Government that involved similar or related work to that called for in this RFP. Include the contract number, involved agency, cost, Contracting and Projecting Officers, contact person_s name, telephone number; and (4) In accordance with FAR 52.214-21 Descriptive Literature shall be submitted with the proposal. A completed copy of the FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items, is required as part of the proposal. The following clauses are applicable to this acquisition: 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 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.219-8, Utilization of Small Business Concerns is applicable. It is the Government_s belief that these requirements may only be met by Arcturus Engineering, Inc. However, sources demonstrating the capability to accomplish the above shall provide pertinent information in sufficient detail to demonstrate their ability to perform. Information furnished should include enough material to conduct a proper evaluation. The Government may award a contract on the basis of initial offers received, without discussions. Therefore, each initial offer should contain the offeror's best terms from a cost or price and technical standpoint. Proposals are due in the designated contracting office by 1:00 p.m. local time, May 24, 2001. Proposals must be in writing and addressed as follows: (a) If mailing your proposal through the U.S. Postal Service use the following address: National Institutes of Health, Office of Logistics and Acquisition Operations, OA, 6011 Executive Blvd., Room 529Q, MSC 7663, ATTN: Sheri Custer, Bethesda, MD 20892-7663; (b) If hand delivering, or using a courier service such as: UPS, Federal Express, etc., use the following City, State and Zip Code: Rockville, MD 20852. Delivery of proposals may be made Monday through Friday, between 8:00 a.m. and 4:30 p.m. (local time). Final payment will be issued when all requirements of the contract have been completed to the satisfaction of the Contracting Officer and the Project Officer. Any questions please call Sheri Custer on 301-402-3065. Email and FAX proposals will NOT be accepted.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=263-01-P-BC-0079&L=3145)
Record
Loren Data Corp. 20010511/66SOL009.HTM (D-129 SN50L645)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on May 9, 2001 by Loren Data Corp. -- info@ld.com