Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2012 FBO #3827
MODIFICATION

66 -- High-Throughput DNA/RNA Oligonucleotide Synthesizer

Notice Date
5/15/2012
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Other Defense Agencies, TRICARE Management Activity, USUHS CONTRACTING OFFICE, 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HT9404-12-Q-A055
 
Archive Date
6/18/2012
 
Point of Contact
Melissa Marcellus, Phone: 301-295-3962
 
E-Mail Address
Melissa.Marcellus@usuhs.edu
(Melissa.Marcellus@usuhs.edu)
 
Small Business Set-Aside
Total Small Business
 
Description
The Uniformed Services University of the Health Sciences (USUHS) located on the Walter Reed National Military Medical Center in Bethesda, MD has a requirement for a DNA/RNA Oligonucleotide Synthesizer which will be used to generate DNA oligonucleotide primers, probes, RNA, LNA, and PNA for use in molecular biology experiments. The University Strategic Plan for Research and Development states that USUHS will build and sustain research programs relevant to the needs of the uniformed services. Acquisition of technologically advanced instrumentation by the shared instrument core will enable USUHS investigators to complete this critical mission. The quoted instrument must meet the following capabilities: •Minimum of 48 column positions • At least 6 amidite positions - Revised capability •Variable synthesis scale (50nmole up to 200micromole) •Sequential synthesis •Variable kinds of connections and bottle sizes, with bottle sizes ranging from 5ml to 250ml •Low reagent consumption via short connections between reagents and the column •Flexible software to allow for protocol development •Windows XP or Windows 7 operating software •Trityl monitoring •Ability to accommodate ancillary chemical reagents in bottles up to 2-4 liters • Deleted capability •Vendor installation of equipment •On-site training and at least one (1) year warranty on parts/service •Annual maintenance and service upon lapse of warranty for a one (1) year Delivery for this item will be to Bethesda, MD 20814. The CLIN structure for this requirement is as follows: 0001 Synthesizer 0002 Installation 0003 Training 0004 Maintenance for the base year (upon lapse of warranty) 1001 Option: Annual maintenance and service This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This request for quotes (RFQ) for commercial items is in accordance with FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. It will be the responsibility of the offeror to check the website http://www.fbo.gov for the issuance of any amendments to the solicitation. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-58 (effective 18 April 2012). This solicitation is set aside for small businesses competition under the applicable North American Industry Classification System (NAICS) Code 334516 - Analytical Laboratory Instrument Manufacturing with a Small Business Administration (SBA) small business size standard of 500 employees. All responsible sources may submit a quote, which will be considered by USUHS. See attached provisions and clauses. Offerors must complete the DFARS 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate and include a copy of the completed certificate with your quote. Offerors must also complete FAR Clause 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification and include a completed certification with your quote. To be eligible for award, offerors must register, or already be registered with the Central Contractor Registration (CCR) database and the Online Representations and Certifications Application (ORCA). For more information, please see https://www.bpn.gov/ccr/default.aspx and https://orca.bpn.gov/. The Government intends to award a single firm-fixed priced (FFP) purchase order with one (1) option for annual maintenance to the offeror representing the best value to the Government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The Government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the offeror quoting the highest technically rated item. The Government reserves the right to award without discussions. Evaluation Factors (Listed in order of importance): 1. Technical - Offerors must provide product literature which demonstrates the capabilities of the quoted item and provide information on training. At a minimum, the product literature must demonstrate that the quoted item meets the capabilities identified above. Information on delivery lead-time and warranty must be included in the quote submission and will be evaluated. The Government reserves the right to utilize technical (i.e, trade magazines) and customer reviews/references as part of the technical evaluation. Offerors should also provide a list of authorized service providers for maintenance on the item quoted. If there are none, indicate as such with your quote submission. 2. Price - Offerors must include all applicable costs (Example: accessories, shipping) in their quote. Offerors must also include the total maintenance costs of the item quoted. Although one (1) option year for maintenance will be awarded, offerors must include the cost for maintenance for an additional four (4) years. The total quoted price for all components, to include maintenance, will be the evaluated price. Quoted items must be new. Quotes for refurbished equipment will not be considered. The Government reserves the right to award without discussions. Each offeror is urged to examine the solicitation and ensure that the submitted quote contains all necessary information, provides all required documentation, and is complete in all aspects. Quotes are due on or before 10:00pm EST on Monday, 21 May 2012 (new date). Quotes shall be submitted via email to the Contract Specialist, Melissa T. Marcellus, at melissa.marcellus@usuhs.edu. Quotes received after this 21 May 2012 deadline, or via any means other than email will not be evaluated. Offerors will receive an email confirmation upon receipt of the quote. If you do not receive this confirmation within 24 hours of sending the quote, you are encouraged to call Melissa Marcellus at 301.295.3962 to confirm receipt. All questions/clarifications in reference to this RFQ must be submitted via email to the above email address (melissa.marcellus@usuhs.edu) no later than 10:00pm EST on Thursday, 17 May 2012 (new date). Only electronic submissions of questions/clarifications will be accepted. Questions/clarifications will be addressed in an amendment to the solicitation. Any questions/clarifications submitted after 10:00pm EST on 17 May 2012, or via any means other than what is specified above, will not be answered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ca458d9d77fcad8e552772668a47dd28)
 
Place of Performance
Address: Uniformed Services University of the Health Sciences, 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN02748819-W 20120517/120516000411-ca458d9d77fcad8e552772668a47dd28 (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.