Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1999 PSA#2406

National 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