SOLICITATION NOTICE
66 -- FURNISH AND INSTALL AN AFFYMETRIX GENECHIP AUTOLOADER
- Notice Date
- 6/19/2008
- Notice Type
- Presolicitation
- NAICS
- 423490
— Other Professional Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, Pennsylvania, 19038
- ZIP Code
- 19038
- Solicitation Number
- 08-1950-01
- Response Due
- 6/26/2008
- Archive Date
- 7/11/2008
- Point of Contact
- Lisa M. Botella,, Phone: 215-233-6551
- E-Mail Address
-
lisa.botella@ars.usda.gov
- Small Business Set-Aside
- N/A
- Description
- The USDA, Agricultural Research Service (ARS), intends to negotiate solely with Affymetrix, Inc. in Santa clara, CA 95051 to furnish and deliver a new Affymetrix GeneChip Autoloader with EBR, to the USDA, ARS, Jean Meyer Human Nutrition Research Center (HNRCA) in Boston, MA in accordance with the terms, conditions, and specifications contained in this document. The Contractor shall furnish all labor, equipment, materials, tools, services and supervision necessary to provide the GeneChip Autoloader. SCHEDULE OF ITEMS: ITEM NO. 01 - 00-0129, AutoLoader w/EBR – GSC3000; QTY 1; Unit EA, Unit Price $; Amount $_____. ITEM NO. 2 - Shipping; QTY 1; Unit EA; Unit Price $; Amount $_____. NOTE: The Contractor shall prepay and add freight cost as a separate line item in accordance with the F.O.B. Destination clause. The USDA, ARS, HNRCA has determined that the Affymetrix AutoLoader is the only AutoLoader with the following salient characteristics: 1) The AutoLoader must work in tandem with the government-owned Affymetrix GeneChip Scanner 3000; 2) Load up to 48 arrays for auto scanning, which allows the user to walk away up to 16 hours; 3) Space saving footprint which will attach on top of the Affymetrix GeneChip Scanner 300 without requiring additional bench space and operated through the same computer for the scanner. The Autoloader provides temperature-controlled environments for up to 48 arrays and is maintained at 15 degrees up to 16 hours before and after scanning. 4) The Autoloader allows automatic and manual loading in case of single array scanning or the AutoLoader is disabled. Furthermore, it also allows adding arrays which the scanning is in process. 5) The Autoloader includes an external hand-held barcode reader for recording the barcode of the arrays. SPECIFICATION ALSO INCLUDE: 1) Probe Array Types: The AutoLoader supports all GeneChip® brand probe arrays, both with and without barcodes. 2) Temperature: – Operating temperature range—15-30°C and 10%-90% non-condensing humidity – Cooling—storage temperature of pre-scan and post-scan arrays at 15degrees C ± 3 degrees C** – Warms each cartridge prior to scanning to prevent condensation. 3) Capacity: The AutoLoader uses a removable carousel to hold up to 48 GeneChip probe arrays for unattended operation with automatic loading and unloading. 4) Weight: Approximately 30 pounds (13.6 kg). 5) Power: Supplied by GeneChip Scanner 3000. 6) Dimensions: 13 inches width (33cm) x 22 inches depth (56cm) x 7.5 inches high (19cm) (18 inches high (46cm) with Loading Door Open). Loading Clearance 36 inches (91.4 cm) above lab bench. 7) User Interface: Requires GeneChip® Operating Software v1.3 or later for instrument control, data analysis, and e-mail notification utility; 8) Barcodes: The AutoLoader, GeneChip Operating Software, External Barcode Reader, and the GeneChip Scanner 3000 7G support the Affymetrix barcode. PACKING AND SHIPPING - The Contractor shall be responsible for shipping the equipment. The Contractor shall pack each item for shipment in a new container in such a manner that will ensure acceptance by common carrier and safe delivery at the destination. Containers and closures shall comply with the Interstate Commerce Regulation, Uniform Freight Classification Rules, or regulation of other carriers as applicable to the mode of transportation. The items to be furnished hereunder shall be labeled with the purchase order number and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination clause. DELIVERY - Delivery shall be between the hours of 8:00 a.m. to 3:00 p.m. Monday through Friday, excl. Federal Holidays within two (2) weeks after receipt of the order. The Contractor shall coordinate the delivery date and time with the Technical Representative (TR) at least one (1) week prior to delivery. INSTALLATION - the Contractor shall provide installation within one week after delivery at the location. DOCUMENTATION - The Contractor shall provide one (1) copy each of the operations, repair, software, maintenance manuals, lubrication and service instructions, and operating instructions upon delivery of the equipment. All documentation shall include the P.O. number. PAYMENT - The Contractor must be registered for Electronic Funds Transfer (EFT) payments in the Central Contractor’s Registration (CCR) database to receive payment. Payment may be made by a Government purchase order or Government Credit Card. Final payment shall not be made unless and until the equipment and documentation have been received and are accepted by the Technical Representative. WARRANTY – The Contractor shall provide one-year, parts and labor warranty on the equipment (included in the price.) The Contractor shall provide a copy of the warranty with the equipment. The period of the warranty shall begin upon acceptance by the Government. The NAICS Code is 423490 with a size standard of 100 employees. This procurement is unrestricted. This is not a request for proposal. No solicitation is available. Companies with the demonstrated capability and financial capacity to provide and service such equipment, and warranty must submit a written substantive statement outlining the Company’s and systems’ capabilities, available service agreements and consumables (including price lists). This announcement and any other documents related to this procurement will be available electronically at the Internet site http://www.fedbizopps.gov. The Contractor is responsible for monitoring the FBO website for information relating to this requirement. Offerors will be responsible for downloading their own copy of these documents. Contractors are required to acknowledge receipt of all Amendments (if any). If no affirmative responses are received with 5 calendar days of publication of this notice to determine whether a qualified source is more advantageous to the Government, an order will be placed with Affymetrix, Inc. under the authority of FAR 6.302.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2954755e23fe9e2662a5ca5c08f4638c&tab=core&_cview=1)
- Place of Performance
- Address: USDA, ARS, NAA, Jean Meyer Human Nutrition Research Center on Aging (HNRCA), 711 Washington Street, Boston, Maine, 02111, United States
- Zip Code: 02111
- Zip Code: 02111
- Record
- SN01596657-W 20080621/080619215604-2954755e23fe9e2662a5ca5c08f4638c (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 |