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