SOLICITATION NOTICE
66 -- Ep Motion 5070 Automated Workstation
- Notice Date
- 7/11/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333516
— Rolling Mill Machinery and Equipment Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- 1106870
- Archive Date
- 8/2/2012
- Point of Contact
- Mary Rose A. Nicol, Phone: 3018277183
- E-Mail Address
-
MaryRose.Nicol@fda.hhs.gov
(MaryRose.Nicol@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- REQ1106870 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6. This announcement constitutes the only solicitation and a written solicitation will not be issued. "Brand Name or Equal product only". The following FAR Clause applies: Clause 52.211-6 -- Brand Name or Equal (AUG 1999) This requirement is "Subject to the Availability of Funds" The Following FAR Clause applies: AVAILABILITY OF FUNDS (52.232-18) (APR 1984) This synopsis, NAICS code 334516, identified as REQ1106870 is to notify contractors that the government intends to issue a Purchase Order in accordance with FAR Part 13.106 for the following specifications, under the simplified acquisition procedures. Prospective offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor the FedBizOpps website for the release of any amendments to this solicitation. Hard copies will only be provided to individuals eligible under the Americans with Disabilities Act and Rehabilitation Act upon request. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. Specifications: Eppendorf epMotion 5070 Potential vendors must demonstrate the ability to provide a Eppendorf epMotion 5070 334516automated workstation "Brand Name or Equal" 1. The workstation must have an optical confocal infrared detector or functional equivalent to provide contact free detection of liquid levels, tools used, labware setup and quantities by means of measuring the light reflection of surfaces. 2. The workstation must not rely on conductive tips for liquid level detection. 3. The software must have the following capabilities: a. The ability to import sample transfer commands from a CSV file for cherry picking applications b. Pipetting pattern recognition for sample transfer commands. c. 3D simulation of methods to check for errors d. Database of predefined labware and consumables for all components used on the worktable. The manufacturer must define all labware for the user. e. Predefined labware must includes: tubes, equipment racks, thermoblocks, thermoadapters, thermoracks, 96 and 384 well MTP and DWP plates, reservoirs, height adapters and tubs. f. A selection to define the level of rights given for each individual user account. g. Email notification of system errors and messages h. Ability to network with other computers via direct Ethernet connection that enables remote access and the ability to share methods. i. Predefined liquid classes for liquids whose physical properties of viscosity, vapor pressure and surface tension differ significantly from those of water, such as Glycerol, Alcohol 98%, Alcohol 75%, and Protein 4. The workstation must have a 4 position worktable, but allow additional ‘virtual' positions to be programmed with a user interevention command. 5. The workstation must have free jet dispensing capability from pipette tools. This enables contact free dispensing of samples from the pipette tip into labware reducing the possibility of cross-contamination. 6. The system must have pipetting reproducibility of no more than 2% imprecision when delivering 1ul. 7. The instrument must be fully enclosed and have a safety door that pauses motion of the unit when opened. 8. The system must have interchangeable heads for accuracy and reproducibility at all volume ranges, from 1ul to 1000ul. 9. The pipetting tools must cover a range of 1ul to 1000ul with single and eight channel heads and be fully autoclavable at 121 ºC. 10. The system must use a 110V power source, and be UL listed. 11. The system must be less than 65cm wide/high, and less 50cm deep 12. The workstation must have an integrated barcode reader with integrated software capable of reading 1D and 2D barcodes, and the software must be able to be integrated with laboratory information systems reporting in.XML or.CSV format. 13. The workstation must have available self-adjusting adapters that allow a variety of different tube sizes to be placed into a single rack, WITHOUT having to reprogram the system for each run, even when the tubes vary in each run. Each rack should hold no less than 20 sample tubes, ranging from 2ml to 10ml in volume. 14. The system must NOT use peristaltic pumps or syringes that require maintenance. The system may use aircushion pipetting and must track usage for QC/QA purposes, and notify the user when the pipetting head requires calibration. 15. The company must be ISO certified and the instrument calibration must conform to ISO 9001 standards. 16. Additional free copies of the software must be available to allow modification of methods while away from the workstation. All services on the workstation must be performed on-site, and the quoted price must include the original warranty plus an all-inclusive service and calibration contract through the end of the 5th year following purchase Delivery terms shall be FOB Destination. FOB Destination means the contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government may award this contract to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor described to "Meet or Exceed the Requirement," and 2) Price. Technical Capability is significantly more important than price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. FAR provisions can be found on the following website: http://www.arnet.gov. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.225-2 Buy American Certificate; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-1, Buy American Act--Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein. Additionally, all quotes shall include price (s); FOB point; a poc (name and telephone number); a statement from the offeror verifying that they are CCR Registered under NAICS code; 334516 delivery date (delivery date is of the utmost importance); business size; and payment terms. Delivery shall be to FDA. FDA intends to make an award soon after the response date of this notice and all bids must be submitted via email and be received by 4:30 PM (1630) EST on July 18, 2012 to the attention of Mary Rose A. Nicol, maryrose.nicol@fda.hhs.gov. Offerors shall ensure the RFQ number is visible in the header of the email. ALL QUESTIONS REGARDING THIS SYNOPSIS/SOLICIATION MUST BE SUBMITTED IN WRITING NO LATER THAN 4:30 PM (1630) EST ON 16 July AUGUST 2012. FAX QUOTES SHALL NOT BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1106870/listing.html)
- Place of Performance
- Address: White Oak Campus, Building 64, The US Food and Drug Administration, 10903 New Hampshire Avenue, Silver Spring, Maryland, 20993, United States
- Zip Code: 20993
- Zip Code: 20993
- Record
- SN02800226-W 20120713/120712000321-0ce7c3e3717979d36b9d008cf8a137cb (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 |