Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 23,1999 PSA#2502

National Institutes of Health, Office of Procurement Management, 6011 Executive Blvd., Rockville, Maryland 20892-7260

65 -- AMPLITAQ POLYMERASE SOL 263-00-b(BD)-0009 DUE 011400 POC Marcia Goldman, Contracting Officer, 301-496-2302 This is a combined solicitation/synopsis for commercial items description, prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation, a written solicitation will not be issued. The solicitation, No. 263-00-B(BD)-0009, is issued as a Invitation for Bid. The solicitation/contract will include all applicable provisions and clauses in effect through FAC 97-14. The standard industrial code is 2835, and business size is 500 employees. This is not a small business set-aside.The Enzyme shall meet or exceed the minimum requirements/specifications herein. The Enzyme shall be provided in 5 ml tubes with 5 ml of enzymes per tube. This shall be equivalent to 25,000 units per 5 ml tube. The estimated quantities are as follows: Base year: 46 tubes, Option Year One: 54 tubes, Option Year Two: 60 tubes, Option Year Three: 70 tubes, Option Year Four:80 tubes. The Contractor shall furnish enzymes meeting the following specifications: 1)Shall be a 94 kDa ultra-pure, gelatin free, thermostable DNA polymerase. 2)Shall be obtained by expression of a genetically modified recombinant form of Taq (Thermus aquaticus) DNA Polymerase gene in an Escherichia coli host. 3) Shall provide amplification of the control target of 105 fold using thermal cycler instrument. 4)Shall have a thermal activity profile ideal for PCR (polymerase chain reaction) with optimal activity in the range of 55 degrees Centigrade to 75 degrees Centigrade. 5)Shall have a half-life at 95 degrees Centigrade of 40 minutes, and a half-life at 97.5 degrees Centigrade of 10 minutes. Cycling half-life shall be 50 cycles using standard PCR conditions. 6)Shall have an inherent 5 prime -- 3 prime exonuclease activity, and lack 3 prime -- 5 prime exonuclease activity. Shall not have and detectable contaminating endonuclease or exonuclease activities. 7)Shall provide a processivity of 50 -- 60 nucleotides. 8)Shall have an extension rate of 2kb -- 4kb per minute at 70 degrees Centigrade -- 80 degrees Centigrade. 9)Each batch shall have Quality Control tests performed to ensure lot to lot reproducibility which shall include: PCR performance, 105 fold amplification, polymerase activity, exonuclease activity, endonuclease activity, silver strain Western Blot. The Government anticipates the award of an indefinite Delivery, Indefinite Quantity, with a minimum order of one tube and a maximum of 64 tubes. Performance periods shall be for 12 months, beginning March 30, 2000 with four (4) one year option periods. The Government desires the delivery of the enzyme to be made within 3 calender days after receipt of order to the National Institutes of Health in Bethesda, Maryland. If the bidder is unable to meet the desired schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule. However, the offeror's proposed delivery schedule must not extend the delivery period beyond the Government's REQUIRED delivery schedule of 14 calender daysafter receipt of order Award will be made to the lowest, responsive, responsible bidder meeting all the required performance characteristics specified herein. The Contractor will be paid following delivery and acceptance of the enzyme. Information provided must demonstrate the ability to meet specifications. The following FAR provisions/clauses are applicable to this solicitation and any resultant contract; FAR 212-1,Instructions to Offerors- Commercial Items;52.212-4 Contract Terms and Conditions- Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items applies to this acquisition. The following FAR clauses cited in 52.216-18,52.216-19, 52.216-21, and 52.217-9. FAR Clause 52.214-21 entitled Descriptive Literature is applicable. The descriptive literature is required to establish, for the purposes of bid evaluation and award, details of a product the bidder proposes to furnish as to materials, components, performance characteristics, etc. Descriptive literature must be (1) identified to show the items(s) of the offer to which it applies and (2) received by the time specified in the solicitation for receipt of bids. Failure to submit descriptive literature require rejection of the bid. The failure of descriptive literature to show that the product offered conforms to the requirements of this solicitation will require rejection of the bid. FAR 52.217-5 Evaluation of Options is applicable. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s) FAR 52.219-9 Small Business Subcontracting Plan. Alternate 1 is applicable. A Small Business Subcontracting Plan needs to submitted by the apparent low bidder within 7 working days after bid opening. IFBs are due in the designated contracting office by 1:00p.m. local time January 14, 2000. IFB must bein writing and addressed as follows: (a) If mailing your bid through the U.S. Postal Service use the following address: National Institutes of Health, Office of Procurement Management, OA, 6011 Executive Blvd., Room 539A, MSC 7663, ATTN: Marcia Goldman, Bethesda, MD 20892-7663; (b) If hand delivering, or using courier service such as UPS, Federal Express, etc., use the following City, State and Zipcode: Rockville, MD 20852. Delivery of bids may be made Monday through Friday, between 8:30 a.m. and 5:00 p.m. local time. Any questions please call Marci Goldman on (301)496-2302. Posted 12/21/99 (W-SN410624). (0355)

Loren Data Corp. http://www.ld.com (SYN# 0224 19991223\65-0001.SOL)


65 - Medical, Dental and Veterinary Equipment and Supplies Index Page