Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1999 PSA#2412

USDA, ARS, FMOD, BA, Contracting Section, Bldg. 003, Rm. 329, 10300 Baltimore Ave., Beltsville, Maryland 20705-2350

66 -- FLUORO CHEMI-ANALYSIS SYSTEM SOL 26-3K47-99 DUE 083199 POC Janice Speth, Contract Specialist, 301/504-6071 or FAX 301/504-5009 This is a combined synopsis/solicitation for commercial items identified below, prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation number 26-3K47-99, is issued as a Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 97-12. This procurement is unrestricted. The standard industrial classification code is 3826, with a small business standard of 500 employees. The Government intends to negotiate non-competitively with Ultra-Violet Products, Lab Product Group, 2066 W. 11th Street, Upland, CA 91786, under the authority of 41 U.S.C. 253(c)(1) when there is reasonable basis to conclude that the agency's minimum needs can only be satisfied by only one responsible source and no other supplies will satisfy agency requirement. The UVP Fluoro Chemi Analysis System and software is sole source because of it's unique capability to meet the Government's need. The MINIMUM REQUIREMENT for imaging analysis system is as follows: 1) Camera must: be integrated into the system -- not on tripod or separate holder; have a vacuum-sealed CCD chip that captures the image; be cooled to -40C degrees absolute (-65C degrees from ambient); have a minimum of 12 frames per second at 20.25 MHz scan rate unbinned and a minimum 40% quantum efficiency at 350 nm; have a resolution of 1300 (H) x 1030 (V) or greater; and have a close-up diopter lens with auto-focus and auto-zoom. 2) Dark room with five place or greater color filter wheel; overhead 254 nm and 365 nm UV and fluorescent light; external viewer with UV safety glass and LED front panel indicator showing if UV is on or off; must have UV transilluminators at 254/302/365nm, with at least a 21 x 26 cm UV to white light converter plate, UV to 480 visi-blue converter plate; must be completely light-tight for chemiluminescence assays; and must have a retractable, sliding transilluminator tray. 3) Image acquisition and analysis software must have the following capabilities: a) dynamic integration, b) auto exposure, c) live saturation warning, d) instant image optimization and contrast stretch, e) 1 D MW analysis with automatic lane and band detection, f) total gel normalization on individual bands and lanes, g) 2D area densitometry with irregular object identification, h) dot and slot blot analysis, I) automatic bacteria colony counting, j) spot and irregular area densitometry necessary for accurate data analysis, k) database for storing images, l) report generator, m) at least a 50 step macro capability for designing unique programs, and n)must interface with local area network (LAN). Line item 1, GDS-8000 UVP Fluoro Chemi + Analysis System, 3 each; line item 2, installation, set-up, and training, 1 lot; line item 3, Labworks software update, 11 each. 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, but not limited to, calculating, comparing, and sequencing) from, into, and between the 20th- and 21st-centuries, 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. The delivery is FOB destination (including inside delivery) to Beltsville Agricultural Research Center, Beltsville, Maryland. Delivery is required 60 calendar days after award. Any interested/qualified source who believes they can provide the required equipment must respond by 3:00 p.m. August 31, 1999. Fax quotes are acceptable. All responses WILL be evaluated in order to determine the ability to meet the above stated capabilities. Responses shall include technical specifications, literature, brochures and other such information corresponding to each minimum required items which demonstrates the capabilities of the offeror's equipment. Offerors shall identify where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. The Government will award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following FAR clauses and provisions apply: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Award to a technically acceptable offeror, at a fair and reasonable price. The following factors shall be used to evaluate offers: Technical capability, past performance and price. Technical capability and past performance, when combined, are approximately equal to cost or price; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. FAR 52-212-4, Contract Terms and Conditions-Commercial Items. The following FAR clauses in paragraph (b) of FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues of Executive Orders-Commercial Items, will apply to the resultant contract: 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.232-34. Addendum to include 52.217-6, 52.247-34 and 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 theVietnam Era), it has [ ], has not [ ], submitted the most recent report required by 38 U.S.C. 4212(d). (b) An offeror who checks "has not" may not be awarded a contract until the required report is filed. Also, the Government may award a purchase order at a lessor quantity than stated in this RFQ. The Government may require the delivery of the increase quantity to be modified to the order after award up to November 30, 1999. The Contracting Officer may exercise the increase quantity by written notice to the Contractor. All offerors must include a completed copy of FAR 52.212-3 and 52.222-70 with their response. Estimated award date is September 7, 1999. Posted 08/16/99 (W-SN368353). (0228)

Loren Data Corp. http://www.ld.com (SYN# 0335 19990818\66-0014.SOL)


66 - Instruments and Laboratory Equipment Index Page