Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2005 FBO #1374
SOLICITATION NOTICE

66 -- Ultracentrifue

Notice Date
8/29/2005
 
Notice Type
Solicitation Notice
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
 
ZIP Code
20535
 
Solicitation Number
RFQ-0163313
 
Response Due
9/13/2005
 
Archive Date
9/28/2005
 
Description
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; quotations are being requested and a written solicitation will not be issued. This Notice is issued under Request for Quotation (RFQ) 0163313, using Simplified Acquisition Procedures (SAP). The solicitation and document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-05. NAICS is 423490 with a small business size standard of 500 employees. This solicitation will result in a Firm Fixed Price contract. This requirement is for a piece of equipment used to isolate small biological particles, such as cells, proteins, and nucleic acids in pure form. The particles are separated in mediums of different density when subjected to artificial gravitational fields produced by rotating the sample at high speeds. The FBI has a requirement for a bench top ultracentrifuge. The product requirements for an ultracentrifuge includes: Capable of attaining speeds in excess of 90,000 rpm, compatible with both fixed angle or near vertical rotors and swinging bucket rotor, equipped with a maintenance-free, brushless direct drive system that is cooled and vacuum-encased, equipped with a moisture purging vacuum system, equipped with a thermoelectric cooling system to allow rotor temperatures that can be set at 0 degrees to 40 degrees Celsius (no refrigerants or compressors for low noise and maintenance), controlled by a microprocessor to allow operator adjustment of run parameters and the ability to store the settings, built for quiet operation (< 60 dB near instrument), must operate under standard electrical requirements (110 VAC), provides automatic re-start after power failure, equipped with a door locking mechanism during operation for safety, equipped with a rotor locking mechanism for safety, equipped with a safety shut-down mechanism that detects rotor imbalance during operation, must be less than 29 inches deep to accommodate the FBI's laboratory benches. The manufacturer must also provide a selection of rotors for their centrifuge, plus the tubes and accessories needed for these rotors. The rotors shall qualify for safe use by the manufacturer of the rotor. The rotor volume should accept a total sample volume of between 75mL and 20mL, depending on the rotor type. The FBI?s requirements for these rotors include: shall offer both fixed angle (or near vertical fixed angle) and swinging bucket rotors, must be equipped with a fluid containment mechanism in the event of sample leakage, must be comprised of titanium to withstand high speed. WARRANTY: The Contractor shall provide the supplies and/or equipment required under this contract with the most favorable commercial warranties the Contractor offers any customer for such supplies and/or equipment. The contractor shall state in the response to the RFQ the applicable warranty information.. DELIVERY AND INSTALLATION REQUIREMENTS: Delivery location is very restrictive due to security concerns. Delivery of all products will require coordination of delivery with the FBI's point of contact (POC). All individuals entering the delivery location will be required to provide two (2) forms of pictured identification. The selected vendor shall provide drivers and technicians who can obtain FBI approved security clearances. Delivery is FOB Destination, Quantico, Virginia. SECURITY: If contractor requires more than drop off access, the contractor employees may be required to complete form SF-86, - Questionnaire for Sensitive Positions, FD-816 - Access of Non-FBI-Personnel to FBI Facilities, two copies of form FD-258 - Fingerprint Cards and FD-484 - Privacy Act. These forms or other information required for the background investigation shall be submitted to the POC within three weeks of notification of contract award, or as requested by the POC. Forms will be provided by the FBI POC after contract award, if applicable. The evaluation of the quotations will be the responsibility of the Government and will be based on information furnished by the contractor. The FBI is not responsible for locating or securing any information which is not identified in the quotation and reasonably available to the FBI. To ensure sufficient information is available, the contractor shall furnish as a part of its quotation all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the FBI to determine whether the product meets the FBI's requirements. The Contractor shall deliver and install the equipment at Quantico, Virginia. Delivery is FOB, Destination, Quantico, Virginia. The full text FAR clauses are available at http: //www.acqnet.gov. FAR provision 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005), 52.215-5 Facsimile Proposals (OCT1997), FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003), FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (JULY 2005), Each offeror shall include a completed copy of the FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005), FAR provision 52.212-2 Evaluation-Commercial Items (JAN 1999). Evaluation criteria from this solicitation will consist of technical capability of the offered items to meet the agency requirements, past performance and price. Technical capability and past performance when combined are significantly more important than price. Offerors shall provide names, addresses and telephone numbers of three customers, either Government or commercial, that have received the same product during the past two years or less (this information is required for evaluation of past performance). No hand delivered quotes will be accepted. OFFERORS ARE REQUIRED TO FAX THEIR QUOTES TO (202) 324-0570 by the due date and time. The point of contact for all information regarding this acquisition is Almeta A. Dixon, Contract Specialist, at the address and telephone number listed above. E-mail questions and submissions will not be accepted, unless, Ms. Dixon has been notified and PRIOR approval has been granted.
 
Place of Performance
Address: Quantico, Virginia
Zip Code: 22135
Country: USA
 
Record
SN00881617-W 20050831/050829211809 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.