Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2002 FBO #0382
SOLICITATION NOTICE

66 -- Automated Liquid Handling System

Notice Date
12/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
WC133C-03-RP-0005SKC
 
Archive Date
2/13/2003
 
Point of Contact
Sharon Clisso, Contract Specialist, Phone (816) 426-7267 ext. 231, Fax (816) 426-7530, - William Becker, Acquisitions Branch Chief, Phone (816) 426-6823, Fax (816) 426-7530,
 
E-Mail Address
sharon.k.clisso@noaa.gov, william.j.becker@noaa.gov
 
Description
The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Ocean Services (NOS), Hollings Marine Laboratory, Charleston, South Carolina intends to purchase an Automated Liquid Handling System. The minimum requirements for the Automated Liquid Handling System are: (1) The basic system design is based on a XYZ Cartesian platform. System must have a stationary deck, one sampling arm with eight probes capable of moving over work surface for distribution of reagents and liquid samples, robotic arm for gripping, moving, repositioning and manipulation of plates and/or tube racks across the deck and allow direct access to off deck functions. The system must be equipped with an integrated vacuum manifold for 96-well ion-exchange column purification chemistry, fully automated PCR thermalcyler with at least two 96-well heating blocks, and UV/VIS quantification on using either 96-well or 384-formats. The system must provide full walk-away functionality for DNA purification, quantification and PCR applications; (2) The liquid handling system must be capable of utilizing both Teflon-coated fixed, washable sampling tips and disposable tips on the same Z-drives and sampling tip adapters. The system should be able to use both disposable tips and fixed washable tips within a single protocol without user-intervention during a run to switch from one tip type to another; (3) The system must be capable of using eight fixed tips at one time or be capable of picking up eight disposable tips at one time. It should also be capable of using one, two or three tips independently or pick disposable tips on one, two or three disposable tips independently. All tips (regardless of type) will be located on a single arm for high throughput sample processing. Each sampling tip will be capable of independent motion in the Z-direction with variable tip spacing for high throughput utilization of multiple type of labware; (4) The liquid handling system must accurately pipette sample volumes below 1 micro-liter. The liquid handling system must be capable of providing liquid level sensing (both ionic and ono-ionic) in a multi-tipped mode with both fixed, washable tips and conductive disposable tips. A variety of tip sizes (20 micro-liter, 200 micro-liter and 1 milli-liter) and types must be available in both liquid sensing and non-liquid sensing formats. The system must utilize both peristaltic pump and syringe type liquid handling modes; and (5) The system must be provided complete and ready to use with complete software, computer, software and technical support and training. Software output should be compatible with standard commercially available spreadsheet packages. This solicitation for commercial items will be issued on or about 1/9/02 . This procurement is unrestricted as to business size. The NAICS code is 423490. The small business size standard is 500 employees. This purchase will be made under the guidelines of FAR, Part 12, Acquisition of Commercial Items. The Government intends to make award to the firm with the technically acceptable, lowest priced proposal. Firms interested in receiving a copy of the solicitation shall submit a request in writing to the attention of Sharon Clisso at the address listed above. Please reference solicitation number WC133C-03-RP-0005SKC. Facsimile requests will be accepted at (816) 426-7530. Requests must be submitted within 15 days of publication of this notice.
 
Place of Performance
Address: Charleston, SC
 
Record
SN00225173-W 20021219/021217213445 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.