|
COMMERCE BUSINESS DAILY ISSUE OF MAY 23,2000 PSA#2606USDA, ARS, NAA, PIADC, PO Box 848, Greenport, New York 11944 66 -- MICROARRAYER SOL PIADC-0-005 DUE 061200 POC Lynda Biedermann,
Contract Specialist Tel: (631)323-3203 Fax: (631) 323-3101 The USDA,
Agricultural Research Service requires a Microarrayer and all
associated components be furnished and installed at the Plum Island
Animal Disease Center, Plum Island, NY. The system includes all
necessary hardware and software components, special tools, etc.,
required to provide a fully functional Microarrayer system. The system
shall be configured and tested for full functionality, and must be
fully operational at project completion. FACILITY DESCRIPTION AND
LOCATION: Plum Island is United States Government property located two
(2) miles east of Orient Point, New York, off the extreme northeastern
end of Long Island. This is a combined synopsis/solicitation for
commercial items prepared in accordance with the Format in Subpart 12.6
as supplemented with additional information included in this notice.
This announcement constitutes the solicitation; prices are being
requested and a written solicitation is available upon request by fax
at (631) 323-3101, that contains all the same information as in this
synopsis. The Solicitation number PIADC-0-005 is issued as a request
for proposals. The solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-15. This procurement is unrestricted. Any questions arising from
this solicitation should be submitted to Dennis Foley, Contracting
Officer, in writing not later than close of business on June 1, 2000.
Questions may be submitted via mail to the address above or by fax
(631) 323-3101. Questions should reference the particular section in
the solicitation or specification of concern. All written questions
received will be answered in writing and transmitted to all offerors
via an amendment to the solicitation. SPECIFICATION:Purpose of the
Microarrayer to study gene expression using hybridization of RNA to DNA
containing glass or membrane grids. The Microarrayer, at a minimum
should possess the following properties: 1)Due to very limited space in
the laboratory, the Microarrayer should be able to fit in a bench space
of 3 ft wide, 3 ft deep and 3 ft high. 2)Microarrayer should have data
tracking with an integrated bar code reader. 3)Microarrayer should
have the flexibility to use from 1 to 64 pins for sample delivery and
can be easily configured for 96, 384 or 1536 well source
plates.4)Microarrayer should be able to use solid and split pins for
versatile arraying applications. 5)Microarrayer should array onto
nylon, glass slides and nylon coated glass slides.6)Microarrayer should
grid arrays onto 100 1" x 3" microscope slides, 4 22cm x 22cm nylon
membranes or 24 8cm x 12cm nylon membranes. 7)Microarrayer should
provide a liquid cooled refrigeration unit for source plates in dump
storage and array spotting. 8)Microarrayer should have the ability to
remove and replace the lids from source microplates one at a time
during the course of the arraying process to reduce contamination and
evaporation. 9)Microarrayer should have 10-micron resolution which
allows for up to 100,000+ features per slide. 10)Microarrayer should
have sub-micron repeatability and accuracy. 11)Microarrayer should have
user-friendly software that is customizable to the user's application
and also has defaults settings allowing for flexibility in array
patterning. The software allows for repeat strikes to the same
location. 12)Microarrayer should have the ability to re-array,
replicate and perform library management.13)Purchase of Microarrayer
will include on site instrument training as well as wet-lab based
application training. DELIVERABLES: The system shall be delivered to
the USDA, ARS, NAA, PIADC, ROUTE 25, ORIENT POINT, NEW YORK 11957 FOB
Destination within 90 days. Delivery shall be made within the hours of
8:00 a.m. to 4:00 p.m., Monday through Friday, excl. Federal holidays,
and shall be scheduled with the COR named at the time of award.
Installation shall be completed within 30 days after delivery to Plum
Island. Training shall be completed within 15 days after completion of
installation. PACKING AND SHIPPING: All items packed and shipped shall
have the mailing label addressed as follows: USDA, ARS, NAA, PIADC,
Route 25, Orient Point, New York 11957 and include the purchase order
number. INSTALLATION: The contractor shall be responsible for the
movement of all equipment to installation site via Government marine
transportation or hold the Government and it's agents harmless while
providing such service. The Contractor shall install the equipment,
software, and any associated components at the location designated by
the Government. The Contractor shall also perform verification testing
and provide technical support. Installation of this system is to be
coordinated with the COR (to be named at time of award) and completed
within 30 days from delivery. SETUP AND TRAINING: The Contractor shall
be responsible for performing all start-up operations to ensure the
system is fully functional for its intended purpose. The Contractor
shall notify the Contracting Officer's Representative (COR) at least
one (1) week in advance to coordinate the date for installation and
training. The Contractor shall provide training (on-site at the PIADC
in Laboratory 101) to laboratory personnel on the proper operation and
use of the system and include at a minimum: operation and maintenance
of the system. Training shall be completed within 15 days after
installation completion and include all pertinent training materials.
DOCUMENTATION: Upon delivery at PIADC, the Contractor shall provide to
the Contracting Officer, two (2) sets each of all equipment/software
manuals for the microarrayer to be installed by the Contractor under
this order. Final payment shall not be made until such documentation is
received and accepted by the Contracting Officer. WARRANTY. A standard
commercial warranty shall be provided for the software and equipment.
The Contractor shall extend to the Government the full coverage of any
standard commercial warranty normally offered in a similar commercial
sale, provided such warranty is available at no additional cost to the
Government. Acceptance of the standard commercial warranty does not
waive the Government's rights under the Inspection clause nor does it
limit the Government's rights with regard to the other terms and
conditions of this contract. The provision of FAR 52-212-1, Instruction
to Offerors -- Commercial Items, applies to this acquisition. ADDENDA
TO FAR CLAUSE 52.212-1. 1. Item (b) Submission of Offers is amended to
include the following: Submit your proposal, acknowledgment of
amendments (if any), software licencing agreements (if any),
descriptive literature for the proposed equipment and software, past
performance information, and the Certifications at FAR 52.212-3 and
52.225-1, Buy American Certificate, to Lynda Biedermann, USDA, ARS,
NAA, PIADC, P.O. BOX 848, GREENPORT, NEW YORK 11944. FAILURE TO SUBMIT
THIS INFORMATION MAY RENDER THE OFFER NONRESPONSIVE. TELEGRAPHIC OR
FACSIMILE OFFERS ARE NOT ACCEPTABLE. 2. Item (c) Period for acceptance
of offers is amended to include the following: The offeror agrees to
hold the prices in its offer firm for 120 calendar days from the date
specified for receipt of offers. The provision at 52-212-1, Instruction
to Offerors -- Commercial Items, applies to this acquisition. The
provision of FAR 52.212-2, Evaluation -- Commercial Items, applies to
this acquisition. The following evaluation criteria are included in
paragraph (a) of that provision. The Contracting Officer will make an
award based on price and price-related factors. ADDENDUM TO FAR CLAUSE
52.212-2. EVALUATION FACTORS FOR AWARD: Any resulting order will be
issued to the company offering the best value to the Government, price
and other factors considered. Factors that will be considered are
Technical capability, past performance and price. Technical capability
and past performance, when combined, are significantly more important
than price. FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH
EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE. 1) TECHNICAL
CAPABILITY: Technical capability will be based on product
literature,technical features and/or warranty provisions. Each offeror
is required to submit licensing (if applicable), descriptive
literature,or other documentation, manufacturer or brand name and model
of the item, and show how the offered product meets or exceeds the
requirements as specified in the Specifications. 2) PAST PERFORMANCE:
Past performance history may be based on the Contracting Officer and/or
evaluation team's knowledge of any previous history of this type of
equipment, customer surveys or any other verifiable information
available to the Contracting Officer. The offeror's lack of performance
history will not result in disqualification, but will result in a
neutral past performance rating. A neutral score could be considered
less favorable than a favorable past performance score. In order to be
considered for a contract award, Contractors shall provide a list of
five (5) contracts of a similar nature and complexity that the were
awarded within the past five (5) years or that is/are currently in
force. This information must be submitted with your offer. For each
contract, list the following: 1. Name, address, and telephone number of
the contracting organization, the Government's Project Officer and
Contracting Officer. 2. Contract number, type, and dollar value. 3.
Date of contract and period of performance. 4. List any contract(s)
terminated for convenience or default (partial or complete) within the
past three (3) years. Include the contract number, name, address, and
telephone number of the terminating officer. 3) PRICE: Price includes
all equipment, software, software licensing, training, warranty costs,
discount terms, and transportation costs. The full text of these
clauses may be accessed electronically at this address:
http://www.arnet.gov/far/. Offerors shall include a complete copy of
the provision at FAR 52.212-3, Offeror/Representation and
Certifications-Commercial Items, and FAR Clause 52.225-1, Buy American
Certificate with its quotation. FAR 52.212-4, Contract Terms and
Conditions-Commercial Items, applies to this acquisition. The following
terms and conditions are added as an addendum to this clause: 1.
Includes AGAR 452.246-70 INSPECTION AND ACCEPTANCE (FEB 1988). Item (b)
is amended to: Inspection and acceptance will be performed at
destination location. 2. Item (g) Invoice is amended to include the
following: An Original and one copy of the invoice shall be submitted
to the Contracting Officer, upon completion of delivery, installation
and training. The Invoice shall be mailed to: USDA, ARS, NAA, PIADC,
P.O. Box 848, Greenport, New York 11944, Attn: Lynda Biedermann,
Contract Specialist. 3. Item (o) Warranty is amended to include the
following: The Contractor shall extend to the Government the full
coverage of any standard commercial warranty normally offered in a
similar commercial sale, provided such warranty is available at no
additional cost to the Government. Acceptance of the standard
commercial warranty does not waive the Government's rights under the
Inspection clause nor does it limit the Government's rights with regard
to the other terms and conditions of this contract. In the event of
conflict, the terms and conditions of the contract shall take
precedence over the standard commercial warranty. 4. This contract
incorporates one or more clauses by reference. 52.204-4,
PRINTING/COPYING DOUBLE-SIDED ON RECYCLED PAPER (JUN 1996); 52.247-34,
F.O.B. DESTINATION (NOV 1991); 52.214-34, SUBMISSION OF OFFERS IN THE
ENGLISH LANGUAGE (APR 1991); 52.214-35, SUBMISSION OF OFFERS IN US
CURRENCY (APR 1991); 52.224-1, PRIVACY ACT NOTIFICATION (APR 1984);
52.224-2, PRIVACY ACT (APR 1984); 52.224-70, CONFIDENTIALITY OF
INFORMATION (FEB 1988); 52.227-19, COMMERCIAL COMPUTER
SOFTWARE-RESTRICTED RIGHTS (JUN 1987); 452-228-71, INSURANCE COVERAGE
(ALTERNATE I)(NOV 1996) (NOV 1996); 52.228-5, INSURANCE-WORK ON A
GOVERNMENT INSTALLATION (JAN 1997); 52.232-18, AVAILABILITY OF FUNDS
(APR 1984); 52.232-19, AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR
(APR 1984); 452.237-75, RESTRICTIONS AGAINST DISCLOSURE (FEB 1988);
52.242-15, STOP WORK ORDER (AUG 1989); 52.242-17, GOVERNMENT DELAY OF
WORK (APR 1984); 52.245-1, PROPERTY RECORDS (APR 1984); 52.245-4,
GOVERNMENT-FURNISHED PROPERTY (SHORT FORM) (APR 1984); 52.245-19,
GOVERNMENT PROPERTY FURNISHED "AS IS" (APR 1984). 52.212-5, Contract
Terms and Conditions Required to Implement Statues or Executive
Orders-Commercial Items, applies to this acquisition. The following FAR
clauses cited in 52.212-5 are applicable to this acquisition for
supplies: 52.203-6, Restrictions on Subcontractor Sales to the
Government (JUL 1995); 52.222-21, Prohibition of Segregated Facilities
(FEB 1999); 52.222-26, Equal Opportunity (APR 1984); 52.222-35,
Affirmative Action for Disabled Veterans and Vietnam Era Veterans (APR
1998); 52.222-36, Affirmative Action for Workers with Disabilities
(JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and
Veterans of the Vietnam Era (JAN 1999); 52.225-3, Buy American Act
Supplies (JAN 1994); 52.225-13 Restrictions on certain Foreign
Purchases (FEB 2000); 52.225-21, Buy American Act North American Free
Trade Agreement Implementation Act Balance of Payments Program (JAN
1997); 52.232-33, Payment by Electronic Funds Transfer Central
Contractor Registration (May 1999); 52.239-1, Privacy or Security
Safeguards (AUG 1996). Responses are due June 12, 2000 by 3:00 P.M.
(local time), at the USDA, ARS, NAA, PIADC, Contracting Office at Plum
Island, New York. The Plum Island Animal Disease Center (PIADC) is
operated by the United States Department of Agriculture (USDA) for the
study of foreign animal diseases. Research work is conducted on an
island in order to better prevent the escape of disease organisms to
the mainland. The vital consideration of safeguarding mainland
livestock makes necessary certain rules and procedures governing all
activities on the island, as well as personnel and materials traveling
to and from the island. Strict adherence to all rules and procedures
regarding conduct on Federal Property is mandatory. Posted 05/19/00
(W-SN456564). (0140) Loren Data Corp. http://www.ld.com (SYN# 0229 20000523\66-0008.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|