|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1999 PSA#2411United States National Arboretum, 3501 New York Avenue, N.E.,
Washington, DC 20002 66 -- INSTRUMENTS AND LABORATORY EQUIPMENT SOL 31B7-CAS-12899 DUE
083099 POC Carol Sisas -- Contracting Officer -- 202-245-5093 E-MAIL:
click here to contact the contrating officer via e-mail,
sisasc@ars.usda.gov. The USDA,ARS,BA, U.S. National Arboretum has a
requirement to purchase a 310-00-100/120 Genetic Analyzer 100/120V310.
This instrument compements an existing PE Biosystems 310 located in
B-010A at ARS in Beltsville, Md. The new instrument will be located
within the Research Unit at the U.S. National Arboretum lab in
Washington, D.C. This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in FAR Subpart
12.6 and suplemented with additional information included in this
notice. This announcement constitutes the only solicitation; quotations
are being requested and a written request for quotation will not be
issued. Solicitation Number 31B7-CAS-12899 is being issued as a Request
for Quotation. This solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-12. The U.S. Department of Agriculture intends to award contract on
a sole source basis to PE Biosystems, 850 Lincoln Centre Drive, Foster
City, CA. The Standard Industrial Classification Code is 3826 with a
small business standard of 500 employees. This solicitation is
unrestricted. Delivery schedule is within 3 weeks aro. Shipped FOB
Destination. Delivery is to the U.S. National Arboretum, Washington
D.C. Offerors are to propose prices for the following: Item 01 --
Genetic Analyzer 100/120V 310 -- includes: Installation/On Site
Training, Start-Up Chemical Kit, Data Collection Software, MacIntosh
Power Mac, User Documentation, 1 each, limited warranty one year parts,
labor and travel, UL 3101 approved. KIT.SEQ Analysis SW&ACESS 310 --
sequencing analysis software, manual & Chemistry Guide, Chemistry KIt,
90 day warranty on parts. KIT, Genescan SW&Access 310 includes
GeneScan Analysis software, manual and chemistry guide, chemistry kit.
KIT310, 48 sample tray, Printer, Ink Jet Color 1440 DPI, Sequence
Navigator 1 User Lic. Autoassemble, 1 User lic. The salient
characteristics that the Model 310 Genetic Analyzer possess are as
follows: The ASBI Prism 310 DNA Genetic Analyzer is a completely
automated, multi-color fluorescent capillary electrophoresis (CE)
instrument designed for use with the AB1 PRISM Sequencing Analysis
software and AB1 PRISM Gene Scan software. Fully integrated system with
proven AB1Prism reagent kits and software for automated DNA sequencing,
genotyping and mutation detection. System can detect 4 different
fluorescent dyes simultaneously. For DNA sequencing the multi-color
detection allows the system to differentiate between the individual
bases in a sequence permitting the running of an entire template's
reaction product through one capillary. For fragment analysis
applications a four color fluorescent dye system allows for the use of
internal size standards and extensive sample multi-plexing. Automated
gel loading, automated sample loading, automated data analysis and
four color fluorescent detection. System can be integrated with other
products of the Applied Biosystems Division to automate the whole
sequencing andfragment analysis process: the 392 04 394 DNA
Synthesizers for primer synthesis, the AB1 Prism reagents for
sequencing and fragment analysis reactions, the 877 Lab station for
automating sequencing and genotyping reactions and the following data
products for further analysis of 310 genetic analyzer data: sequence
navigator, autoassemble, genotyper and geneassist. The system is able
to call 580 bases of a -21M13 primed AmpliTaq generated standard with
an accuracy of 98.5%.System is able to run at least 100 samples on a
single DNA sequencing capillary and 100 samples on a single GeneScan
capillary for fragment analysis application. System is capable of
analyzing a wide range of sample types, some example applications are
STR analysis, VNTR mapping, SSCP, quantitative PCR, linkage mapping,
DNA fingerprinting and DNA sequencing. The AB1 PRISM 310 system can
perform both agarose- and acrylamide-type electrophoresis separations,
providing a wide range of applications from cosmid mapping to DNA
sequencing. Two different sequencing modes are used: long read mode
which sequences data out to 600 bases in 2.75 hours or a fast
sequencing mode which sequences data out to 400 bases in 60 minutes.
Separation of DNA fragments in the 35 to 350 base size range, requiring
1 base detection to 250 bases and 2 base detection to 350 bases is
achieved in 30 minutes (standard deviation of 0.15 bases up to 250
bases and S.D. =0.3 bass up to 350 bases. A tray of 96 samples can be
set up for unattended operation. 48 samples are completed per day, with
15 markers per sample, this generates 720 genotypes per day of 1440
genotypes per set up. All instrument operations are programmed from the
attached Power Macintosh computer. The electrophoresis unit is
programmable for electrophoresis voltage, capillary temperature, and
time of run. The instrument includes a 48 or 96 autosampler tube tray
and an automated sample injection system. The sample injection voltage
and injection time is programmable. This solicitation incorporates the
following FARclauses, provisions and addendums: FAR
52.212-1-Instructions to Offerors -- Commercial; FAR52.212-2 Evaluation
-- Commercial Items; FAR 52.212-3 Offeror Representations and
Certification -- Commercial Items; FAR 52.212-4 Contract Terms and
Conditions -- Commercial Items; and FAR 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items; FAR 52.247-34 F.O.B. Destination. In paragraph (b) of
52.212-5 the following apply: 52.222-21, 52.222-26, 52.222-36,
52.222-37, 52..225-3, and 52.232-34, 52.222-70 COMPLIANCE WITH VETERANS
EMPLOYMENT REPORTING REQUIREMENTS (JAN 1999) (DEVIATION) (USDA).(a) The
offeror represents that, if it is subject to the reporting requirements
of 38 U.S.C. 4212(d) (i.e., the VETS-100 report required by FAR clause
52.222-37, Employment Reports on Disabled Veterans and Veterans of the
Vietnam Era), it has ( ), has not ( ), submitted the most recent report
required by 38 U.S.C.4212(d). (b) An offeror who checks "hasnot" may
not be awarded a contract until the required report is filed. CONTRACT
PAYMENTS (MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER)
Electronic Funds Transfer compliance with 31 CFR Part 208) requires the
submission of information by the contractor to the payment office. Upon
award, the contractor shall contact the Miscellaneous Payments Section
at the National Finance Center (NFC) to initiate the enrollment
process of the Vendor Express Program (VXP), which will result in a
number being assigned to the contractor for payment under EFT. NFC can
be reached at 1-800-421-0323 or at www.nfc.usda.gov. Year 2000
Warranty -- Information Technology Products; The contractor warrants
that hardware, software and firmware product delivered or developed
under this contract, will be able to accurately process date
data(including leap year calculations, when used in accordance with the
product documentation provided by the contractor, provided that all
listed or unlisted items (e.g. hardware, software, firmware) used in
combination with such listed products properly exchange date data with
it. If the contract requires that specific listed products must
perform as a system in accordance with the foregoing warranty, then
that warranty will apply to those listed products as a system. The
duration of this warranty and the remedies available to the Government
for breach of this warranty will be as defined in, and subject to, the
terms and limitations of the contractor's standard commercial warranty
or any general warranty provisions of this contract, provided that
notwithstanding any provision to the contrary in such commercial
warranty or general warranty provision(s), or in the absence of any
such warranty provision(s) the remedies available to the Government
under this warranty will include repair or replacement of any listed
product whose noncompliance is discovered and made known to the
contractor in writing within ninety (90) days after acceptance. Nothing
in this warranty will be construed to limit any rights or remedies the
Government may otherwise have under this contract with respect to
defects other than Year 2000 performance. All offerors must include
completed copies of 52.212-3 (Representations and Certifications),
52.222-70 (Compliance ith Veterans Employment Reporting Requirement).
Proposals will be evaluated on price, past performance, and proof of
meeting the salient characteristics listed above. Offers should include
a list of at least four references to include company name, point of
contact, phone number and fax number. References should reflect similar
type of equipment purchases. Offers to include a commercial warranty
for equipment. Fax proposals will be accepted. Fax to Carol Sisas
202-447-2811. Offers are to be received not later than the close of
business (4:00 P.M. EST), August 30, 1999 at U.S. National Arboretum,
3501 New York Avenue, N.E. Washington, D.C. Attn: Carol Sisas. The POC
for this acquisition is Carol Sisas 202-245-5093, or e-mail:
sisasc@ars.usda.gov. The anticipated award date isSeptember 2, 1999.
All responsible sources may submit a proposal which shall be considered
by the agency. Posted 08/13/99 (W-SN367359). (0225) Loren Data Corp. http://www.ld.com (SYN# 0343 19990817\66-0016.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|