SOLICITATION NOTICE
66 -- Muli-Format Plate Reader/Spectrophotometer
- Notice Date
- 9/19/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, RTP Procurement Operations Division, E105-02, 4930 Old Page Road, Research Triangle Park, NC, 27703, UNITED STATES
- ZIP Code
- 27703
- Solicitation Number
- RFQ-RT-07-00667
- Response Due
- 9/28/2007
- Archive Date
- 10/13/2007
- Point of Contact
- Pamela Smith, Purchasing Agent/Contracting Officer, Phone 919.541.0635, Fax 919.541.1075,
- E-Mail Address
-
smith.pamela@epa.gov
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR 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. The solicitation number is RFQ-RT-07- 00667 and the solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-20. The Environmental Protection agency (EPA) anticipates that a purchase order will be awarded as a, firm-fixed price purchase order using far FAR Part 13 Simplified Acquisition Procedures. The associated North Industry Classification System (NAICS)is 334516 and the size Standard is 500 employees. This procurement is for the acquisition of a Quantity one (1) each, Multi-Format Plate Reader/Spectrophotometer (Model Number:M5 with Software PRO)( Molecular Devices, M5 or Equal). The scientific instrumentation which may be described as a Multi-Format, Multi-Function, or Multi-Detection Plate Reader. This instrument will be used by multiple user who will be running assays requiring an assortment of detection capabilities. Required Specification: (1) The unit shall function in both plate reading and in cuvette mode;(2)The four detection capabilities required are Ultraviolet light, Visible light, Fluorescence and Chemiluminescence;(3)The unit shall have a detection range from 200 to 1000nm for UV/VIS light; (4)The unit shall have spectral scanning capability across this range;(5)The scanning capability shall also be functional in the cuvette reading mode;(6)Fluorescence capabilities shall includeexcitation and emisson scanning from 250 to 800nm, and the ability to read fluorescence fromthe top or from the bottom of the nulti-well plates;(7)The unit shall have the capability to run fluorescence emisson and excitation scanning in plate reader and cuvette mode;(8)The unit shall also be able to measure Fluorescence Polarization from 400 to 700 nm in the multi-well plate format. Chemiluminescence detection shall have a minimal range from 300 to 700 nm and be functional in multi-well plate format;(9)The unit shall have a plate shaking capability and temperature control from near ambient temperature to a least 40C; (10)The unit shall have volume correction/normalization for differences in sample volumes in the wells of the multi-well plates;(11)Calibration/Quality Control plates shall be included to verify that the UV/VIS and Fluorescence capabilities are functioning appropriately;(12)The unit shall include software that is Windows XP compatible. The software shall have a minimum of 8 network user seats available;(13)Installation and Training shall be included;(14)Delivered fob destination to Duluth, MN 55804.The Government intends to award a single purchase order to the responsible vendor whose quotation meet all the required specifications and represents the overall best value to the Government. Quotations must include sufficient material (such as narrative technical specifications, drawings, photos, brochures, demo disks, videos, etc.) to permit the government to determine that the proposed instrument will meet the required specifications. The Government reserves the right to require additional pricing information if necessary to determine that the proposed price is reasonable. The following FAR provisions shall apply to this solicitation: 52-212-1, Instructions to Offerors--Commercial Items. The following FAR clause applies to this acquisition: 52.212-4, Contract Terms and -Conditions--Commercial Items. The following additional FAR clauses which are cited in Clause 52.212-5 are applicable to the acquisition: 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.225-1, Buy American Act--Balance of Payments Program-Supplies; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. All offers are due by September 28, 1:30 p.m., by faxed to:(919) 541-1075 or e-mailed to smith.pamela@epa.gov . NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/EPA/OAM/CMD/RFQ-RT-07-00667/listing.html)
- Place of Performance
- Address: 6201 Congdon Blvd Duluth, MN
- Zip Code: 55804-2595
- Country: UNITED STATES
- Zip Code: 55804-2595
- Record
- SN01411379-F 20070921/070920091832 (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 |