MODIFICATION
65 -- PLATE READER
- Notice Date
- 3/22/2007
- Notice Type
- Modification
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W 6707 Democracy Blvd., MSC 5455, Bethesda, MD, 20892-5455, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- NIH-NIDDK-07-186
- Response Due
- 3/27/2007
- Archive Date
- 4/11/2007
- Description
- THIS IS NOW A COMBINED SYNOPSIS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NIH-NIDDK-07-186 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2001-27. The North American Industry Classification (NAICS) Code is 334516 and the business size standard is 500 employees. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The acquisition will be set-aside for small businesses. It is the intent of the National Institutes of Health (NIH), National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) plans to procure a SpectraMax? M5 Multimode Plate Reader w/softmax pro (MOL D M5); PC Laptop Bundle (MOL. D03104874 and Training. The Molecular Devices SpectraMax M5 is the only microplate reader with the following performance specifications: Must have a 3 mode (Abs, Fl, Lum) cuvetter port and 6- to 384- well microplate capabilities for all 5 modes (ABS, Fl, TRF, FP, Lum). Must read absorbance in standard, commercially-available cuvettes and microcuvettes, 12 X 75 mm test tubes, and 96- or 384-microplates with a built-in cuvette port and a microplate drawer in the reader and performed with a single wavelength selection. Must use a Xenon flash lamp for longer lamp lifetime. Must have Dual monochromators for tunable FP wavelength selection between 400 nm and 750 nm for excitation and emission wavelengths. Must have Dual Monochromators for tunable, Fl, TRF wavelength selection between 250 nm and 850 nm for excitation and emission wavelengths and tunable luminescence between 250 nm and 850 nm. Must have tunable absorbance wavelength selection between 200 nm and 1000 nm. No filters are required for purchase in the future when additional assays are added to laboratory. Must have both top and bottom reading optics for improved sensitivity in cell-based assays such as chemotaxis membrane migration assays. Must have a 4 nm absorbance bandwidth for superior peak resolution and increased accuracy of measurements for narrow bandwidth for superior peak resolution and increased accuracy of measurements for narrow bandwidth samples. Must have fixed fluorescence spectral bandwidth of 9 nm excitation and 15 nm emission for improved resolution between EX/EM components. Software must offer a common file format that allows data files to be edited, saved, and shared by users on both Windows XP and Macintosh OS X, provided on one CD-ROM. Software must have ability to design custom assay protocols or customize existing protocol to create meaningful reports, graphs, and multi-plate summaries, including data trend analysis. Software must allow for the ability to auto save multiple copies of assays data in all desired formats: SoftMax Pro native; .TXT files; .XML files and .PDF files (Max OS X). Software must allow the following data analysis tools: Simultaneous evaluation of multiple standard curves; Ability to easily graph multiple plots on multiple graph sections; 4- and 5-parameter curve fitting with parallel line analysis; BOOLEAN operators If, And, Or, Not, False, True and Auto-repair of broken formula links. Software must support regulatory compliance requirements such as FDS 21CFR part 11, GLP, GMP, etc (collectively referred to as GXP). The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors ? Commercial; 2) FAR Clause 52.212-2, Evaluation ? Commercial Items. As stated in FAR Clause 52.212-2 (a), ?The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.? The following factors shall be used to evaluate offers: Technical Evaluation, Price, and Past Performance; 3) FAR Clause 52.212-3, Offeror Representations and Certifications ? Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders ? Commercial Items, Contract Terms and Conditions ? Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items ? Deviation for Simplified Acquisitions. This notice of intent is not a request for competitive quotations however; all responses received within 15 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due fifteen (10) calendar days from the publication date of this synopsis or March 30, 2007. The quotation must reference ?Solicitation number? NIH-NIDDK-07-186. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Institute of Diabetes and Digestive and Kidney Diseases 6707 Democracy Blvd., Room 774B, Bethesda, Maryland 20817, Attention: V. Lynn Griffin. Faxed copies will not be accepted.
- Record
- SN01256833-W 20070324/070322220528 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |