Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1999 PSA#2411

United 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