Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2011 FBO #3485
SOLICITATION NOTICE

66 -- Gel and Blot Imaging System

Notice Date
6/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area, Area Office, 1815 N. University Street, Peoria, Illinois, 61604, United States
 
ZIP Code
61604
 
Solicitation Number
AG-64PP-S-11-BB04
 
Point of Contact
Karen L. Reddick, Phone: 573-875-5291
 
E-Mail Address
karen.reddick@ars.usda.gov
(karen.reddick@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; quotes are being requested and a written solicitation will not be issued. Solicitation No. AG-64PP-S-11-BB04 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. The NAICS code applicable to this acquisition is 334516. For a company to qualify as a small business, the small business standard is 500 employees or less. The USDA, ARS, MWA, Biological Control of Insects Research Laboratory (BCIRL) has a requirement/need for a contractor to provide a new gel and blot imaging system. The details and specifications for the gel and blot imaging system are as follows: (1) The footprint of the system is critical to meet current benchtop capacity: Height - 40" (maximum),Width - 20" (maximum), Depth - 15" maximum); (2) The camera must meet rigorous specifications in order to be able to capture the gel and blot images required (which often include low abundance proteins that have weak signals): a) A minimum of 4.0 million pixel (MP) resolution (2048 x 2048 pixels) to produce sharp images, b)16 bit A/D converter and output in a 16-bit file format for accurate spot/band quantitation, c) Peltier cooled to a minimum of -25oC absolute (CCD) and regulated for maximum signal-to-noise ratio, d) Motorized 50 mm, non-zoom, f/0.95 lens for speed and superior light collection, e) Must allow for real time readout during preview for easy positioning of sample, f) USB 2.0 connection for camera to PC with real time focus and fast image acquisition, g) Multiple image acquisition and exposure control modes; (3) Cabinet specifications (to ensure proper imaging environment): a) Automatic light shutoff after image capture or exit from acquisition window, b) UV light cutoff switch to prevent accidental exposure to UV, c) A minimum of 6-7 position filter wheel with orange, Cy2, Cy3 and Cy5 emission filters, with room for additional filters, d) Dual epi white lights for optimal focusing and sample positioning, e) Fixed-position-epi lights or edge-lighting unit capable of red, green, and blue (RGB) excitation, f) Optional dual epi UV lights for expansion of applications in 254nm, 365nm or both, g) Dual 302/365nm wavelength UV transilluminator with intensity control, h) software controlled acquisition of images to eliminate need to manually change between illumination sources or filters during acquisition of images, i) Must have high power LED illumination system that produces a consistent illumination field for uniform fluorescent images that are within 5% intensity variation, j)Adjustable tray for optimal sample positioning, k) True white light transilluminator built into cabinet; (4) Software - Image Acquisition Capabilities: a) Autofocusing of image, b) Auto exposure with different presets for different applications as well as a custom setting for user control, c) A minimum of 5 binning modes for user options to select desired sensitivity level, d) Ability to excite and image up to 5 different fluorescent dyes within a single experiment through a single software without having to change filters or light sources, e) Have a channel viewer tool to scan composite display of multichannel image. Multichannel image format for RGB images with 16 bit depth in each channel, f) Zoom tool for region-of-interest (ROI) to save user's time from cropping an image after acquisition, g) Zoom tool for real-time focusing without modifying image zoom parameters, h) Option to modify an acquisition protocol and save it with a new name, i) Protocol-driven acquisition module for reproducible imaging and analysis, reducing image to image variability, j) Automated flat field calibration for improved image quality; (5) Software - Image Analysis Capabilities: a) Ability to display image acquisition information for user's validation, b)Ability to define and save user created analysis protocols for user-defined stain and sample dyes, thus reducing image-to-image variability, c) Have image analysis tools for densitometry, spot counting, molecular weight analysis, band pattern matching, and automatic scoring, d) Ability to display standard curve equation for accurate analysis of standard curve results, e) Multicolor band analysis module for analyzing multicolor blots with band normalization, f) Adjustable image quality parameter for optimal image acquisition and analysis, g) Option to save/load analysis for users to save/load the entire/partial analysis for future use, h) Option to save modified images in 8 bit gray or 24 bit color TIFF format for users to save a modified image to open for other applications, i) Ability to backup an image for users to modify without altering the original copy, j) Ability to generate reports that can be saved as an.html file or.pdf file in order to be opened by external software programs; (6) Customer and Technical Support, a) Included in the quote, training and installation by manufacturer representatives (both technical/service representatives as well as application representatives) b) Ongoing applications support without fee, c) Software updates installed at no cost, d) Ongoing technical support from the manufacturer that is available over the phone, at a minimum; (7) Warranty Policy: a) A minimum of 1 year standard warranty on parts and labor, b) Service contracts available for purchase. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the descriptive literature (with pictures) describing their proposed equipment with enough detail to ascertain whether the equipment meets the criteria listed above. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, and unit price per item and total price; 2) at least 3 to 5 references. (Government references preferred but will accept commercial references). References shall be provided for the service proposed and if possible include the email address of the person to be contacted; and 3) 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.acquisition.gov/comp/far/loadmainre.html. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote 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.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: 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 52.204-7, 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 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 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; 52.225-2, Buy American Act Certificate ; 52.225-13, Restriction on Certain Foreign Purchases; 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.acquisition.gov/comp/far/loadmainre.html. DELIVERY: FOB Destination. DELIVERY TO: USDA-ARS-BCIRL, Columbia, Missouri. QUOTE PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before 60 days ARO, 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. Award will be made based on overall BEST VALUE to the Government. 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 Quote shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each quote 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 against the technical capability of the item offered to meet the Government requirement. B) Delivery. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Quotes to Karen L. Reddick, Contracting Officer, USDA, ARS, MWA, 403 Vandiver Drive, Suite D, Columbia, MO 65202, no later than 2:00 p.m., April 27, 2011. Quotes and other requested documents may be provided by facsimile to (573) 449-6148 if desired. Additional information may be obtained by contacting the Contracting Officer at (573) 875-5291 or email below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-64PP-S-11-BB04/listing.html)
 
Place of Performance
Address: USDA-ARS-MWA, Biological Control of Insects Research Laboratory, Columbia, Missouri, 65203, United States
Zip Code: 65203
 
Record
SN02467970-W 20110610/110608235500-ac687de857503d1e57532816a8f195ac (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 |
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.