|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1999 PSA#2406National Institutes of Health, Office of Procurement Management, 6011
Executive Blvd., Rockville, Maryland 20892-7260 66 -- INSTRUMENTS & LABORATORY EQUIPMENT SOL 263-99-P(GQ)-0053 DUE
082099 POC Dorothy Nickens, (301) 496-0301, Fax number (301) 402-3407
This is a combined solicitation/synopsis for commercial items, prepared
in accordance with the format in FAR 12.6, as supplemented with
additional information include in this notice. This announcement
constitutes the only solicitation and a separate written solicitation
will not be issued. The solicitation, No. 263-99-P(GQ)-0053, is issued
as a Request For Proposal (RFP). The solicitation/contract will
include all applicable provisions and clauses in effect through FAC
90-11. The Standard Industrial Classification Code is 3826 and the
business size is 500 employees. The National Institutes of Health,
National Institute of Arthritis and Musculoskeleta and Skin Diseases
(NIAMS) in Bethesda, Maryland has a requirement for a FACSVantage SE
System. The NIH intends to contract with Beckton Dickinson
Immunocytometry Systems (BDIS), 2350 Qume Drive, San Jose, CA 95131.
The NIH believes that BDIS is the only known source that can meet the
requirements. However, this requirement is not set-aside for small
businesses. Any other firm that believes that it can meet the below
specifications may submit an offer to National Institute of Health. The
Institute requires a new FACSVantageSE System for it's core facility,
to provide the capability of cell sorting to it's researchers. The
FACSVantage SE system shall includes the following components: 1:A
FACSVantage/SE Cell Sorter with FACStation. 2:Turbo Sort Plus HighSpeed
Cell Sorting Option for FACSVantage/SE. 3: A Cone-Cyte Plus Automated
Cell Deposition Option. 4: Innova Model 302C Krypton Laser. 5: Innova
Model 305C 5W Argon Laser. 6: Innova 70C Spectrum Laser. 7: Equipment
of the FACSVantage/SE cell sorter such as filter, detectors, optics,
laser mounts, cross beam compensation, pulse processors, and dichroic
bean splitters to support the utility of the system. The brand/models
listed above establish a standard of quality, and NIAMS will consider
offers for these systems and components or their equals. The successful
offer must also meet the following functional specifications and
requirements: 1. The FACSvantage SE shall consist of a Macintosh Power
PC Model G# 17" High Resolution Color Monitor, 4.0 GB Internal Hard
Drive, 64 MB RAM, CD ROM, External Modem, Key board, Mouse and HP Laser
Jet 4M+Printer, shall be detachable to allow for flexible use of bench
space. 2. The basic system shall employ an Argon Ion Laser emitting
15mw of energy at 488nm with five detectors for the measurement of up
to 3 colors. A 4th color option shall be available by utilizing a
secondary diode laser emitting 3mw of energy at 635nm. 3. The dual beam
laser system shall be alignment free with both spatial and temporal
separation of the beams. In addition, the second beam shall be
time-gated. 4. The system shall support an inter-beam compensation
network. 5. The system shall have the capability to trigger on up to 2
parameters simultaneously. Delivery shall be F.O.B. Destination,
inside delivery and the equipment shall be deliver 60 days after
contract award. The Government will evaluate based on F.O.B.
Destination, and acceptance at Bethesda, Maryland and the requirement
of FAR 52.214-21 "Description Literature" apply. Information provided
must demonstrate the equipment's ability to meet the specifications
described herein. Award will be made to the technically acceptable low
offer. A complete copy of the provision FAR 52.212-1, Instructions to
Offerors-Commercial Items and a complete copy of the provision FAR
52.212.3, Offeror Representations and Certifications-Commercials items
is required as part of the offer. The latter provision includes the
DUNS Number Addendum. The resulting contract will incorporate the
requirements of the clause at FAR 52.212-4, Contract Terms and
Conditions -- Commercial items, and the requirements contained in
paragraphs (a) and (d) of the clause at FAR 52.212-5, Contract Terms
and Conditions Required to Implement Statutes or Executive Orders --
Commercial items -- Deviation for Simplifies Acquisitions. The
following FAR clauses cited in paragraph (b) of the clauseat FAR
52.212-5 are also applicable to this acquisition: FAR 52.222-26, Equal
Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled
and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Workers
with Disabilities; FAR 52.222-37, Employment Reports on Special
Disabled Veterans and Veterans of Vietnam Era; and FAR 52.225-3, Buy
American Act- Supplies. Full text copies of the representations and
certifications or other cited provisions and clauses may be obtained
from http://www.arnet.gov/far/. A completed and signed "Offeror
Representation and Certifications -- Commercial Items -- with DUNS
Number Addendum must accompany offers. Descriptive literature,
warranties and/or other materials that demonstrate that the offer meets
the stated requirements must also accompany offers.. Information
furnished should include enough material to conduct a proper
evaluation. The Contractor will be paid following delivery and
acceptance of the equipment. Sources demonstrating the capability to
accomplish the above shall provide pertinent information that is in
sufficient detail to demonstrate their ability to perform within 15
days of this notice. A determination by the Government not to complete
this proposed contract based upon the responses to the notice is
solely within the discretion of the Government. The proposed contract
action is for supplies or services for which the Government intends to
solicit and negotiate under the authority of FAR 6.302. Respondents
will not be notified of the evaluation results. Address responses to
the attention of Dorothy Nickens at the above address. See Number Note
26 Posted 08/06/99 (W-SN364594). (0218) Loren Data Corp. http://www.ld.com (SYN# 0386 19990810\66-0006.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|