Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2004 FBO #0888
SOLICITATION NOTICE

66 -- Multi-Dectection Microplate Reader

Notice Date
4/30/2004
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, IL, 61604
 
ZIP Code
61604
 
Solicitation Number
5114-4-0026
 
Response Due
5/14/2004
 
Point of Contact
Rebecca Holzinger, Contract Administrator, Phone 309-681-6616, Fax 309-681-6683, - Georgetta Stonewall, Contract Specialist, Phone (309) 681-6624, Fax (309) 681-6683,
 
E-Mail Address
rholzinger@mwa.ars.usda.gov, gstonewall@mwa.ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared 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; quotations are being requested and a written solicitation will not be issued. Solicitation No. 5114-4-0026 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-22. The solicitation is 100% set-aside for small businesses. The NAICS code applicable to this acquisition is 339111. For a company to qualify as a small business, the small business standard is 500 employees. The USDA, ARS, MWA, Madison, WI 53706 has a requirement/need for a Multi-Detection Microplate Reader, "Brand Name or Equal" to Bio-Tek's Synergy HT Multi-Detection Microplate Reader. This equipment will be used mainly for high-throughput quantitation of RNA, DNA, and protein using absorbance, quantitation of green fluorescent protein using fluorescence, and quantitation of luciferase using luminescence. Listed are the description of items and quantities required: CLIN No. 1 - Bio-Tek p/n SIAFRTD Synergy HT Multi-Detection Microplate Reader (1 Unit); CLIN No. 2 - Bio-Tek p/n 7092092 FL Test Plate (1 unit); CLIN No. 3 - Bio-Tek p/n 7260522 Universal Calibration Test Plate (1 unit); CLIN No. 4 - Warranty/Extended Warranty (1 unit); CLIN No. 5 - Delivery/Installation; CLIN No. 6 - Training. THE SALIENT CHARACTERISTICS: the Multi-Detection Microplate Reader must meet or include these minimum requirements: (1) Must be able to accommodate microtiter plates with 96 or more wells; (2) In order to read luminescence, any filter or monochrometer must not be fixed in place so that it can be removed to allow for all light to be detected.; (3) Must have monochrometer for absorbance readings; (4) Must have automatic top and bottom epifluorescence read modes optimized for both sensitive homogeneous and cell-based assays; (5) Must be able to detect fluorescence, time resolved fluorescence, luminescence, and absorbance. (6) Must have a software-controlled automatic probe height adjustment with built-in plate sensor to prevent probe crashes. (7) Must have a scanning monochromator for wavelength scans to identify peak absorbance and provide full spectral analysis; (8) Must have Luminescence measurements with top detection; (9) Must read 6- to 384-well plate formats including PCR trays and Terasaki plates; (10) Must have Well area scanning for cell-based assays; (11) Must have Time Resolved Fluorescence capability; (12) Must have Dual Reagent Dispensers; (13) Must have agitation and Temperature control from Ambient+4C up to 50C; (14) Must have a reading speed of 35 sec/96 wells for fluorescence and luminescence and 15 sec/96 wells for absorbance; (15) Must have a wavelength range of the following: a) Fluorescence: Excitation 300-650 nm (200-700 nm with TR model); b) Emission 300-700 nm (red extended option available); c) Time Resolved Fluorescence: Excitation 200-700 nm, Emission 300-700 nm (red extended option available); d) Luminescence: 300-700 nm (red extended option available); e) Absorbance: 200 to 999 nm, tunable in 1 nm increments; and (16) Must have a monochromator wavelength accuracy of +/- 2 nm and a monochromator wavelength repeatability of +/- 0.2 nm. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the Descriptive Literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quotation without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.arnet.gov/far/loadmainre.html. FAR 52.252-1 Solicitation Provisions Incorporated by Reference are as follows: FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Provide with Quote); FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Provide with Quote); FAR 52.214-21, Descriptive Literature (Provide with Quote); FAR 52.204-7, Central Contractor Registration (All Offerors must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. The website address for registration is: http://www.ccr.gov); and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2 Clauses Incorporated by Reference, 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 apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-3, Buy American Act - North American Free Trade Agreement - Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products (E.O. 12849); 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.ARNet.gov/far/. SHIPPING: FOB Destination. DOCUMENTS INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a quotation on company letterhead detailing the item description, and unit price of each CLIN; 2) descriptive literature, brochures; 3) at least 3 to 5 references for the proposed equipment. References must have received the proposed equipment within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the product quoted and if possible include email address of contact person; and 4) Offerors shall include a completed copy of the provisions FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.acqnet.gov/far. DELIVERY TO: USDA-ARS, MWA, Madison, WI 53706. QUOTATION PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery after June 10 but on or before July 1, 2004, however, each offeror shall include their proposed delivery schedule as part of their quotation. FAR 52.212.-2 EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. EVALUATION & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. Each proposal shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each proposal based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated by comparing descriptive literature against the salient characteristics. B) elivery/Installation. C) Training. D) Warranty: Explain all details of the warranty. If an extended warranty is available explain details of extended warranty including price and availability after initial warranty expires. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government?s rights under the Inspection clause nor does it limit the Government?s right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.eps.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement. Furnish quotations to Rebecca A. Holzinger, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., May 14, 2004. Quotations and other requested documents may be provided by facsimile to (309) 681-6683 if desired. Additional information may be obtained by contacting the Contracting Officer at (309) 681-6616 or email below.
 
Place of Performance
Address: USDA, ARS, MWA, Madison, WI
Zip Code: 53706
Country: USA
 
Record
SN00577484-W 20040502/040430211705 (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.