COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 4, 2001 PSA #2928
SOLICITATIONS
66 -- A LUMINEX 100 TOTAL SYSTEM
- Notice Date
- August 30, 2001
- Contracting Office
- Directorate of Contracting, Uniformed Services University of the Health Sciences, Rm A1040c, 4301 Jones Bridge Road, Bethesda MD 20814-4799
- ZIP Code
- 20814-4799
- Solicitation Number
- MDA928-01-T-0013
- Response Due
- September 30, 2001
- Point of Contact
- Kristen Trump 301 295-3127
- Description
- The Armed Forces Radiobiology Research Institute (AFRRI), an activity of the Uniformed Services University of the Health Sciences (USUHS), Bethesda, Maryland, the Department of Defense Medical School and Health Sciences University, intends to procure on a sole source basis a Luminex 100 Total System from Luminex of Austin, Texas. This notice is being used as a request for proposal for the Luminex100 Total System, which consists of item # CN-L003-01 Luminex100 -- a compact lab analysis system that integrates lasers, optics, fluidics, a controller and advanced digital signal processing in a 17 x 20 footprint. Software and PC with monitor included. The system enables simultaneous assays of up to 100 analytes per well of a microtiter plate; Luminex XY Platform -- a low microplate interface for walk-away operation and robotic capability; Luminex SD -- a sheath delivery system that connects to the 20 L sheath container and provides a continual flow of sheath fluid for up to 48 hours of operation. The systems consists of the following components: Item # L100-CDEV1-01-NC Luminex100 Development Microspheres; item # L100-CAL1-NC Luminex100 CL1/CL2 Calibration Microspheres; item # L100-CAL2-NC Luminex100 RP1 Calibration Microspheres; L100-C134-01-NC Luminex100 Multi-Analyte Microspheres with carboxylated surface, region 134, 1 mL; item # L100-C138-01-NC Luminex100 Multi-Analyte Microspheres with carboxylated surface, region 138, 1 mL; item # L100-C154-01-NC Luminex100 Multi-Analyte Microspheres with carboxylated surface, region 154, 1 mL; item # L100-C173-01-NC Luminex100 Multi-Analyte Microspheres with carboxylated surface, region 173, 1 mL; item # L100-C177-01-NC Luminex100 Multi-Analyte Microspheres with carboxylated surface, region 177, 1 mL; Two-day Training Session at Luminex in Austin, Texas; item # 40-50000 Luminex Sheath Fluid, 1 x 20L; Additional two-day training session at Luminex in Austin, Texas. System utilizes LABMAP technology (Laboratory Multi-Analyte Profiling) that enables simultaneous performance up to 100 analytes in a single tube or well of a microtiter plate, using very small sample volumes. The system shall be delivered and installed at AFRRI, Bethesda, MD 20814-4799, and FOB: Origin within 90 days ARO. Delivery shall be made between the hours of 8:00 a.m. to 4:00 p.m., Monday through Friday, excl. Federal holidays, and shall be scheduled with the COTR named at the time of award. PACKING and SHIPPING: All items packed and shipped shall have the mailing label addressed as follows: AFRRI (complete address) and the contract number (named at the time of award). INSTALLATION: The contractor shall be responsible for the movement of all equipment to installation site. The Contractor shall install the equipment in accordance with the manufacturers specifications, complete with all the components. The Contractor shall also perform verification testing and provide technical support. Installation shall be completed within 30 days after delivery to AFRRI and is to be coordinated with the COR (to be named at time of award). SET-UP and TRAINING: The Contractor shall be responsible for performing all start-up operations to ensure the system is fully functional for its intended purpose. DOCUMENTATION: Upon completion the contractor shall provide two (2) sets each of all equipment/software manuals for the equipment. 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 and 52.211-6, Brand Name or Equal, applies to this acquisition. All offerors are required to submit a completed copy of 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 licensing agreements (if any), descriptive literature for the proposed equipment and software, and the FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, prior to an award. Telegraphic or facsimile offers are not acceptable. Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in its offer firm for 90 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. 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 and price. Technical capabilities are significantly more important than price. Failure to provide the information relative to each evaluation factor may render offer non-responsive. 1) TECHNICAL CAPABILITY: Evaluation of technical capability will be based on product literature, equipment specifications, 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) PRICE: Price includes all equipment, software, software licensing, training, warranty costs, discount terms, and transportation costs. Evaluation is based on best value including cost and ability to meet stated requirements above. Offerors shall submit descriptive literature and drawings detailing features, technical capabilities and warranty data. Technical acceptability will be determined solely on the content and merit of the information submitted response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the quote as meeting technical acceptability. 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. 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); 52.211-6, Brand Name or Equal (Aug 1999); 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). Offer DUE date: 30 August 2001 COB. Interested offerors must comply with the terms of FAR 52.211-6 Brand Name or Equal. ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); remit to address if different; and business size. As of 31 May 1999 all Contractors must be registered in the Central Contractor Registration (CCR) Database as a condition for contract award. Contractors may register in the CCR through the World Wide Web at http://www/acq/osd.mil/ec or call the DOD Electronic Information Center at 1-800-334-3414.
- Record
- Loren Data Corp. 20010904/66SOL005.HTM (W-242 SN50W4I7)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on August 30, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|