SOLICITATION NOTICE
66 -- Instruments and Laboratory Equipment
- Notice Date
- 9/1/2004
- Notice Type
- Solicitation Notice
- NAICS
- 339111
— Laboratory Apparatus and Furniture Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
- ZIP Code
- 20817
- Solicitation Number
- RFQ4090
- Response Due
- 9/16/2004
- Archive Date
- 10/1/2004
- Point of Contact
- Juareatha Greer, Purchasing Agent, Phone 301-496-6379, Fax 301-480-3695, - Sylvia Robinson, Contracting Officer, Phone 301-402-2284, Fax 301-480-3695,
- E-Mail Address
-
jgreer@niaid.nih.gov, srobinson@niaid.nih.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation to procure commercial items prepared in accordance with the format in 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 procurement is being issued as a Request for Quote (RFQ). Submit offers on RFQ4090 The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-21 . This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a small business concern (NAICS-339111). The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure, the following items: (1) DNA Engine Thermal Cycler Base (requires 1 alpha unit)- qty 4, (2) 96-well Gradient Alpha unit, holds one 96-well plate or 96 x 0.2 ml tubes- qty 2, (3) 48/48 Dual Alpha Unit Holds 2 x 48 x .02 ml tubes-qty 2. System requirements include a system that has no moving optical parts, instead of a scanning CCD camera, for optical measurements and a temperature gradient sample block, which allows for condition optimization in a single experimental run. These features are necessary to perform quantitative PCR and RT PCR experiments. These features are necessary because a continuous signal increases data quality (no moving optical parts) and condition optimization can be found in a single experimental run, (temperature gradient sample block). The DNA Engine Themal Cycler must be a continuous fluorescence detection system that utilizes a thermoelectric Peltier-Joule heat pump module for all heating and cooling operations with multi-sensor/multi-zone temperature control technology, thermal accuracy of 0.3C, well-to-well uniformity of 0.4C, accommodating 96 samples, in place or strip tube format, with optional programming of a thermal gradient of up to 24C, across the 96-well sample block, yielding less than 0.4C variation from the predicted temperature. The research also requires a continuous fluorescence detection system that excites fluorescent dyes with absorption spectra in the 450 to 505 nm range, and optimized for dyes with emission spectra in the first channel of 533/20 nm range, and in the second channel 540-700 nm range. Especially important is the capability to excite samples sequentially with 96 LEDs, and detect each signal via two photomultiplier tubes (PMT) individually, without any moving parts, in order to ensure robustness of data collection. The Thermal Cyclers, including Alpha Units, will need to come with standard 2-year parts and labor warranty. Government-designated personnel will address any problems noted directly to the contractor. The procedures that will be used in awarding this contract will be by written quotations or solicitations. The following factors shall be used to evaluate offers: 1) price, 2) warranty, 3) technical capability to meet required specifications. The anticipated award date is September 16, 2004. The following FAR provisions and clauses apply to this acquisition: 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; FAR 52.212-4 Contractor Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. A completed copy of provisions at FAR 52.212-3 Offerors Representations and Certifications Commercial Items must be included. Copies of the aforementioned clauses are available upon request by telephone to Ms. Juareatha Greer at (301) 496-2607. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3, Offerors Representations and Certifications ? Commercial Items. Offers must be submitted no later than 5:00 PM Eastern Daylight Time (EDT), 16th September 2004 to Juareatha Greer. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE70, Room/2NE62E, MSC/4812, Bethesda, Maryland 20817-4812. Electronic submission will not be accepted. Requests for information concerning this requirement are to be addressed to Ms. Juareatha Greer (301) 496-2607. Collect calls will not be accepted. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Registration is available via the Internet at www.CCR.gov.
- Place of Performance
- Address: National Institutes of Health,, Bethesda, Maryland
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN00662987-W 20040903/040901211906 (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 |