SOLICITATION NOTICE
66 -- IMAGE DOCUMENTATION (DENSITOMETER) SYSTEM AND COMPONENTS
- Notice Date
- 8/27/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
- ZIP Code
- 19038
- Solicitation Number
- RFQ22-3615-03
- Response Due
- 9/3/2003
- Point of Contact
- Lisa Botella, Contract Specialist, Phone 215-233-6551, Fax 215-233-6558,
- E-Mail Address
-
lbotella@naa.ars.usda.gov
- Description
- The USDA, Agricultural Research Service (ARS), requires the Contractor to furnish, deliver (F.O.B. Destination, Within Consignee's Premises), and install one (1) Image Documentation (Densitometer) System and Components to the USDA, ARS, NAA, J. M. Human Nutrition Research Center (JMHNRCA) in Boston, MA in accordance with the terms, conditions, and specifications contained in this document. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulations, FAC 2001-15, as supplemented with additional information included in this announcement. Quotations are being requested and a written solicitation will not be issued. The Solicitation Number 22-3615-03 is issued as a Request For Quotation (RFQ). The NAICS is 334516 with a size standard of 500 employees. This procurement is unrestricted. This announcement and any other documents related to this procurement will be available electronically at the Internet site http://www.fedbizopps.gov. It is the offeror's responsibility to monitor the site for release of amendments (if any) and any other related documents. SCHEDULE OF ITEMS - The Contractor shall furnish and deliver the following in accordance with the terms, conditions, and specifications contained in this document: ITEM NO. 01, Image Documentation System (Densitometer) , QTY: 1, UNIT: EA, UNIT PRICE: $_____, AMOUNT: $________. ITEM NO. 02, Thermal Gray Scale Printer, QTY: 1, UNIT: EA, UNIT PRICE: $_____, AMOUNT: $____. ITEM NO. 03, Personal Computer with 17" color monitor and windows software, QTY: 1, UNIT: EA, UNIT PRICE: $_____, AMOUNT: $________. ITEM NO. 04, Installation, QTY: 1, UNIT: JOB, UNIT PRICE: $_____, AMOUNT: $________. ITEM NO. 05, Training, QTY: 1, UNIT: JOB, UNIT PRICE: $_____, AMOUNT: $________. NOTE: The Contractor shall include the freight cost in the price of the line item in accordance with the F.O.B. Destination, Within Consignee's Premises clause. All equipment and components shall be fabricated with new materials in accordance with FAR 52.211-5. Used materials are unacceptable. ALL THIS FOR A LUMP SUM OF: $___________. BRAND NAME INFORMATION AND LITERATURE - Offerors are required to identify the brand and type of equipment offered in the space below: ITEM DESCRIPTION:______; BRAND NAME:_______; MAKE/MODEL:______. Continue on a separate sheet. The Contractor shall provide two sets of the descriptive literature even if literature has been submitted previously. Failure to submit this literature may render the offer nonresponsive and ineligible for contract award. GENERAL SPECIFICATIONS - The USDA, Agricultural Research Service (ARS), requires the Contractor to provide all labor, equipment, materials, tools, and supervision to furnish, deliver and install one (1) Image Documentation System (Densitometer) and Components . This equipment will be used for analysis and quantifying Chemiluminescent Western Blots and Fluorescent stained gels in the Neuroscience Lab at the USDA-ARS-HNRCA in Boston. TECHNICAL SPECIFICATIONS - The system includes a PC-controlled Imaging system that allows for the detection of a chemiluminescent signal through a super cooled CCD video camera without the use of film or a dark room. The image can then be analyzed and quantified using the software provided. The complete system includes: one (1) copy of the software necessary to operate the entire system. This system should provide an easy and efficient way to quantify chemiluminescent western blots without the need for film or a dark room. The system should be compatible with standard commercial Chemiluminescent Reagent Kits. A super-cooled video camera cooled to at least (negative) 20 degrees C that allows for a rapid and simple acquisition at a minimum of 12 bits per capture directly from a live image of a western blot or gel. High resolution of imaging is required (at least 1024 x 1024 pixels) with easy focusing and rapid capture of at least 30 frames per second with single or multiple capture options. The user must be able to control the gain and bin to allow for detection of weak chemiluminescent signals. Motorized zoom lens to allow for spatial resolution while maintaining collection efficiency. A 20cm x 20cm (minimum) sample tray to accommodate large gels and blots. White light illumination to expose stained gels (coomaissie, zinc or copper stains), exposed film, or opaque samples. UV illumination (300nm-400nm excitation) to quantify samples from ethidium bromide stained gels. This will allow for viewing and quantifying DNA gels, or to detect certain luorophores. A filter wheel (or other device) is needed for a minimum of four (4) different filters with different excitation wavelengths. The instrument must allow for easy conversion between fluorescent, white light, or chemiluminescent samples with easy control of all light sources. The minimum requirements for the Data Station include: Pentium III Processor at 933 MHZ; 256 MB RAM; QuietKey Keyboard; 17-inch color monitor; 32 MB Video Card; 20 GB Hard Drive; 3.5" Floppy Drive and 24x/10x/40x CD-RW drive; Windows 98 or greater operating system, and Lifetime 24 x 7 Phone Support. The Data Station is capable of expanding to include an auxiliary output for optional equipment. System software shall allow sample control, analysis, and data export to an Excel (or equal) spreadsheet. SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE - The Government has determined that Section 508 of the Rehabilitation Act of 1973, as amended, standards 1194.21 through 1194.23, 1194.25 and 1194.26 applies to each system. The Contractor must note in the schedule whether each product or service is compliant or noncompliant with the accessibility standards at 36 CFR 1194. For each item that is identified as compliant the Contractor shall provide evidence or verification of compliance. The proposal must indicate where full details of compliance can be found (e.g schedule attachment, vendor's website or other readily available location (specify). "YEAR 2000 COMPLIANCY" - (a) Definition: as used in this clause, means that the information technology (IT) (hardware, software and firmware, including embedded systems or any other electro-mechanical or processor-based systems used in accordance with its associated documentation) accurately processes data and date-related data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations, to the extent that other information technology, used in combination with the information technology being acquired, properly exchanges date and date-related data with it. (b) Any information technology provided, operated and/or maintained under this contract is required to be Year 2000 compliant. To ensure this result, the Contractor shall provide documentation describing how the IT items or services demonstrate Year 2000 compliance, consisting of: standard product literature or test reports. (c) The Contractor warrants that any IT or service under this contract that involve the processing of date and date-related data are Year 2000 compliant. If the contract requires that specific listed products must perform as a system in accordance with the foregoing warranty, then the warranty shall apply to those listed products as a system. d) The remedies available under this warranty shall include repair or replacement, at no additional cost to the Government, of any provided items or service whose non-compliance is discovered and made known to the contractor in writing within 90 days after acceptance. In addition, all other terms and limitation of the Contractor's standard commercial warranty or warranties shall be available to the Government for the IT items or services acquired under this contract. Nothing in the warranty shall 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. PACKING AND SHIPPING - The Contractor shall be responsible for shipping the materials, equipment and components. The Contractor shall pack each item for shipment in a new container in such a manner that will ensure acceptance by common carrier and safe delivery at the destination site. Containers and closures shall comply with the Interstate Commerce Regulation, Uniform Freight Classification Rules, or regulation of other carriers as applicable to the mode of transportation. The items to be furnished hereunder shall be labeled with the purchase order number and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination, Within Consignee's Premises clause. DELIVERY ADDRESS - The Contractor shall furnish, deliver and install (F.O.B. Destination, Within Consignee's Premises) the equipment and documentation to the USDA, ARS, NAA, USDA, ARS, NAA, J. M. Human Nutrition Research Center (JMHNRCA), 711 Washington Street, Boston, MA 02111 include the P.O. number, within forty-five (45) days after the notice of award. Delivery shall be between the hours of 8:00 a.m. to 4:00 p.m., Monday through Friday, excl. Federal holidays. GOVERNMENT RESPONSIBILITY - The USDA, ARS, J.M. HNRCA shall be responsible for coordinating the facility utilities hook-ups. DESIGNATION OF CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE - The Contracting Officer shall designate the Contracting Officer's Technical Representative (COTR) at the time of contract award. The COTR is responsible for administering the performance of work under this purchase order. In no event, however, will any understanding, agreement, modification, change order, or other matter deviating from the terms of this purchase order be effective or binding upon the Government unless formalized by proper contractual documents executed by the Contracting Officer prior to completion of the purchase order. The Contracting Officer should be informed as soon as possible of any actions or inactions by the Contractor or the Government which will change the required delivery or completion times stated in the purchase order so that the contract may be modified accordingly. (This does not apply to individual task assignments which were issued by the COTR; provided they do not affect the delivery schedule or performance period stated in the purchase order.) On all matters that pertain to the purchase order terms, the Contractor must communicate with the Contracting Officer. Whenever, in the opinion of the Contractor, the COTR requests efforts outside the scope of the purchase order, the Contractor should so advise the COTR. If the COTR persists and there still exists a disagreement as to proper contractual coverage, the Contractor should notify the Contracting Officer immediately, preferably in writing if time permits. Proceeding with work without the proper contractual coverage could result in nonpayment or necessitate submittal of a purchase order claim. INSTALLATION AND SET-UP - The Contractor shall be responsible for performing installation requirements to ensure the system is fully functional for it's intended purpose and start-up within one (1) week after delivery. The date and time for installation shall be coordinated by the Contractor with the COR at least one (1) week prior to delivery. TRAINING - The Contractor shall provide a minimum of 1-day training, on-site at the J. M. HNRCA for a maximum of two (2) persons and includes all pertinent training materials. The date and time shall be coordinated by the Contractor with the COR (to be named at time of award) at least one (1) week prior to delivery. Training shall be completed within two (2) weeks after delivery. The Contractor shall provide call center (Lifetime 24 x 7) phone support for questions regarding installation and operation. DOCUMENTATION - The Contractor shall provide one (1) copy each of the operations, repair, maintenance manuals, lubrication and service instructions and operating instructions upon delivery of the equipment. The Contractor shall provide all software upgrades to the COTR within five (5) workdays after issuance for a indefinite period. All documentation shall include the P.O. number. Final payment shall not be made unless the manuals are received and all items are accepted by the COTR. WARRANTY - The Contractor shall provide a one (1) year warranty on parts and labor for the densitometer system. The Contractor shall provide a separate standard commercial warranty on the computer and monitor. The periods of each warranty shall begin upon acceptance of the item by the Government. The Contractor shall provide a copy of the warranty for each item with their offer. EXTENDED SERVICE CONTRACT - The Contractor shall provide copies of their extended service contracts, price list and identify if the cost is reduced when purchase with the equipment. ADDITIONAL QUOTATION INFORMATION: This solicitation and any other documents related to this procurement will be available electronically at the Internet site http://www.eps.gov. Potential offerors will be responsible for downloading their own copy of the solicitation, any related documents, and amendments (if any). ALL QUESTIONS MUST BE PLACED IN WRITING AND SHOULD BE FAXED TO THE CONTRACTING OFFICER AT (215) 233-6558, REFERENCING SOLICITATION NO. RFQ 22-3615-03. RFQ's SENT BY E-MAIL OR FAX ARE NOT ACCEPTABLE. The provision at 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 offer, acknowledgment of amendments (if any), descriptive literature, warranty information, extended service contracts, and the Certifications at FAR 52.212-3 to Lisa M. Botella, USDA, ARS, North Atlantic Area, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. 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 60 calendar days from the date specified for receipt of offers. FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. ADDENDUM TO FAR CLAUSE 52.212-2 - 1. Deletes item D.3(b); 2. EVALUATION FACTORS FOR AWARD - Each offeror is required to furnish a written statement, descriptive literature, or other documentation, manufacturer or brand name of the item, and show how the offered item and/or product meets or exceeds each of the requirements specified in the Solicitation. Listed below are all the factors that will be considered: (i) Technical Capability; (ii) Past performance which will be scored on a "Pass/Fail" basis. See FAR 15.304. (iii) Price; Technical and past performance, when combined, are more important than price. Failure to provide the information relative to each evaluation factor may render your offer non-responsive. 1. TECHNICAL CAPABILITY OF THE FIRM - Technical capability will be based on manufacturer or brand name and model of the items and product literature and technical specifications; Section 508 Compliancy Information; Year 2000 Compliancy; and Warranty provisions. Each Offeror is required to submit the above documentation and show how the offered product meets or exceed the requirements as identified for Technical Capability. 2. PAST PERFORMANCE - Past performance history may be based on the Contracting Officer?s knowledge of any previous history of this type of work, customer surveys or any other verifiable information available to the Contracting Officer. In order to be considered for a contract award, Contractors shall provide a list of three (3) contracts of a same nature and complexity that the were awarded within the past three (3) years or that is/are currently in force. 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. Item (description) purchased. 4. Date of contract, period of performance and price. 5. 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 labor, equipment, materials, warranty, transportation, shipping, installation (if any), training, and any discount terms. PREPARATION OF OFFER - The Offeror shall provide all information as stated in FAR Clause 52.212-1 and as amended, the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offer's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. Provide a copy of the available Service Agreements and pricing, and any optional equipment components and pricing. FAILURE TO SUBMIT THIS INFORMATION MAY RENDER THE OFFER NONRESPONSIVE. Offeror's shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items. An authorized representative of the offeror must sign these representations and certifications. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. ADDENDA TO FAR Clause 52.212-4 is revised to include the following clauses by reference: 1. Item a: AGAR 452.246-70, Inspection and Acceptance shall be made at: i) Delivery Address. 2. Item (g), Invoice -An original invoice shall be submitted to the Contracting Officer after acceptance of the complete system. A. To constitute a proper invoice, the invoice must include at a minimum the following information: 1. Name of business concern and invoice date; 2.Vendor Identification Number; 3. Vendor Express Number; 4. Contract number; 5. Description, price, and quantity of property and/or services actually rendered or delivered; 6. Shipping and payment terms; 7. Name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. B. The original invoice shall be submitted after acceptance of each unit by the Government. The Invoice shall be mailed to: USDA, ARS, North Atlantic Area, Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, PA 19038, Attn: Lisa M. Botella. The successful Contractor will be required, within 30 days after award, to establish an Electronic Funds Transfer (EFT) Account Number with the USDA National Finance Center to receive payment. 3. Item (o), Warranty as amended above. 4. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of these clauses, incorporated by reference, may be accessed electronically at this address: http://www.arnet.gov/far/ and AGAR Provisions and Clauses can be located at http://www.usda.gov/procurement/policy/agar.html: 52.204-4, PRINTING/COPYING DOUBLE SIDED ON RECYCLED PAPER; 52.211-5, MATERIAL REQUIREMENTS; 52.214-21, DESCRIPTIVE LITERATURE; 52.214-34, SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE; 52.214-35, SUBMISSION OF OFFERS IN US CURRENCY; 52.225-8, DUTY FREE ENTRY; 52.227-19, COMMERCIAL COMPUTER SOFTWARE-RESTRICTED RIGHTS; 52.228-5, INSURANCE'WORK ON A GOVERNMENT INSTALLATION; 52.242-17, GOVERNMENT DELAY OF WORK; 52.247-35, F.O.B. DESTINATION, WITHIN CONSIGNEE'S PREMISES; 452.204-70, INQUIRIES. FAR 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 (Alt. 1); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 (ALT I), Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration -Contractors must call the USDA, NFC at (504) 255-4647 to register; 52-232-36, Payment by Third Party; 52.247-64, Preference For Privately Owned U.S.-Flag Commercial Vessels; and 452-228-71, INSURANCE COVERAGE (ALTERNATE I) Offers are due by September 3, 2003 by 4:00 p.m. local time, at the USDA, Agricultural Research Service, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. The POC for this project is Lisa Botella (215) 233-6551.
- Place of Performance
- Address: USDA, ARS, NAA, USDA, ARS, NAA, J. M. Human Nutrition Research Center (JMHNRCA), 711 Washington Street, Boston, MA
- Zip Code: 02111
- Country: USA
- Zip Code: 02111
- Record
- SN00413327-W 20030829/030827213211 (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 |