SOLICITATION NOTICE
66 -- THERMOCYCLER
- Notice Date
- 8/2/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Environmental Protection Agency, Ord Service Center/Nheerl, Rtp Procurement Operations Division, Research Triangle Park, NC 27711
- ZIP Code
- 27711
- Solicitation Number
- RFQ-RT-02-00406
- Response Due
- 8/19/2002
- Point of Contact
- Point of Contact, Jennifer Hill, Purchasing Agent, Phone (919) 541-3083
- E-Mail Address
-
Email your questions to U.S. Environmental Protection Agency
(hill.jennifer@epa.gov)
- Description
- NAICS Code: 334516 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 ONLY SOLICITATION. QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is RFQ-RT-02-00406 , and the solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-08. The associated North American Industry Classification System (NAICS) Code is 334516 and the small business size standard is 500 employees. Full and open competition procedures will be utilized. A firm, fixed-price purchase order is anticipated to result from the award of this solicitation. This procurement is for a real time thermocycler. The thermocycler shall be capable of rapid, real time PCR experimental analysis and sample processing; include a computer with USB connections; have 16 independently programmable modules that are capable of examining four separate wavelengths. Each of the individual reaction sites shall have its' own independent thermal cycling and optical control system, with the ability to accurately record all thermal and spectral (fluorescent) measurements for each sample reaction site; be easily removed and readily replaced, without affecting the operating integrity and performance of the instrument as a whole; retain and store it's own calibration coefficients, as well as it's serial number for identification, and last calibration date. The thermocycler shall have the capability to detect four spectral bands using high?intensity LED emitters and silicon detectors for 4 color real-time, simultaneous, optical excitation and detection. Offeror shall provide a minimum of 1 day on-site training for the instrument and equipment warranty. The instrument shall be delivered fob destination, Gulf Breeze, FL, no later than 60 days after receipt of order. Proposal Instructions and Evaluation Criteria: The Government intends to award a single contract to the responsible offeror whose technically acceptable proposal represents the best overall value to the Government based on the ability to meet the technical specifications and price. Only those offerors submitting technically acceptable proposals (as determined under subcriterion A.1 below) shall be considered for award. For the purposes of this best-value evaluation of technically acceptable proposals, technical approach (subcriterion A.2), past performance and price are of approximately equal importance. The following is a description of each evaluation criterion, including information which must be included with initial proposals. A. Technical Approach: 1. Demonstrated ability of the proposed system to meet the requirements set forth in the Statement of Work. The specifications represent the Government's minimum needs. Proposals must include sufficient material (such as narrative technical specifications, drawings, photos, brochures, demo disks, videos, etc.) to permit the Government to determine that the proposed instrument will meet the requirements set forth in the Statement of Work. Any specific variances from the specifications shall be addressed by the offeror with respect to how the offeror's proposal provides alternative equivalence. Failure of an offeror to demonstrate that the proposed instrument will meet the Statement of Work requirements shall render the offeror ineligible for further consideration for award. 2. Proposals determined to be technically acceptable under subcriterion A.1 above shall be evaluated for creative and innovative use of technology and methods to accomplish objectives. B. Past Performance will be used for both responsibility determinations and as a factor against which offerors' relative rankings will be compared to ensure the best value to the Government. Each offeror submitting a technically acceptable proposal shall be evaluated on performance under existing and prior (within the past 3 years) contracts/subcontracts/orders for systems similar to that described in the Statement of Work for this requirement. The Government's evaluation shall focus on the quality of past performance and level of customer satisfaction. Proposals shall include a representative list of contracts/subcontracts/orders completed during the past three years, and contracts/subcontracts/orders currently in process, which are similar in nature to this requirement. For each contract/subcontract/order identified, include a brief synopsis which includes the date the work was performed, the client for whom the work was performed (include client name and telephone number), and a description of the system which was installed. C. Price: The proposed firm-fixed-price for the entire project shall be provided. The Government reserves the right to require additional pricing information if necessary to determine that the proposed price is reasonable. The following FAR provisions apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items. All offerors are to include with their offer a completed copy of provision 52.212-3, Offeror Representations and Certifications -Commercial Items. The following FAR clause applies to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items. The following additional FAR clauses which are cited in clauses 52.212-5 are applicable to the acquisition: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52,225-1, Buy American Act, 52.225-3, Buy American Act--North American Free Trade Agreement, 52.232-34, Payment by Electronic Fund Transfer. Price and technical information should be submitted in separately. Representations and Certifications shall be included with the price proposal. Offerors should review the Statement of Work/Specifications and other information posted with this Request for Quotation on EPA's website at the following address: http://www.epa.gov/oam/rtp_cmd. Arrow down to the REQUEST FOR QUOTATION section and click on the solicitation. Arrow down below that section to COMMERCIAL BUY CLAUSES AND FORMS which are provided for your convenience. Please submit two copies of the technical and price proposal to Jennifer B. Hill, Contract Specialist, U.S. Environmental Protection Agency, RTP Procurement Operations Division (E105-02), Research Triangle Park, NC 27711. Courier delivery address is U.S. Environmental Protection Agency, Attn: Jennifer B. Hill (E105-02), RTP Procurement Operations Division, 4930 Page Road, Research Triangle Park, NC 27703. All offers are due by August 19, 2002, 12:00 p.m., ET. No telephonic or faxed requests will be honored.
- Record
- SN00131715-W 20020804/020802213735 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |