SOLICITATION NOTICE
66 -- NOVOstar & FLUOstar Preventative Maintenance
- Notice Date
- 1/24/2008
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, VA, 23510, UNITED STATES
- ZIP Code
- 23510
- Solicitation Number
- EA133C-08-RQ-0002C
- Response Due
- 1/31/2007
- Point of Contact
- Sybil Custer, Contract Specialist, Phone 757-441-6889, Fax 757-441-3786
- E-Mail Address
-
Sybil.S.Custer@noaa.gov
- Description
- The Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Center for Coastal Environmental Health and Biomolecular Research (CCEHBR), Charleston, South Carolina, is issuing a notice of intent to negotiate a sole source procurement with BMG LabTech, in support of the existing NOVOstar and FLUOstar scientific instruments (hereafter called instruments) for preventative maintenance, software, and technical support. The NOVOstar instrument is used for cell-based kinetic assays in research and development, and are used to screen large numbers of compounds in kinetic cell-based assays or to create a dose response curve by measuring a wide range of analyte concentrations and target various types of applications such as Ca2+ uptake, membrane potential studies, intracellular pH, measurement of intracellular ionic changes, fluorescent reporter gene assays, and traditional fluorescence assays involving up to eight excitation and emission pairs. The FLUOstar microplate reader instrument is used for capturing the full absorbance spectrum (220 to 850 nm) at a resolution of 1 nm which targets the following applications: Ca2+ measurements (e.g. Ca2+ flux with Fura-2, Indo-1, FLUO-3/4), enzyme activity, FRET/BRET assays, cell toxicity, proliferation and viability, protein and nucleic acid quantitation (e.g. Bradford, Lowry, DNA, 260/280 nm), ATP quantification, immunoassays, ELISA, luciferase, dual luciferase, BRET with sequential dual emission detection, ORAC and ABEL antioxidant assays, and fluorescent proteins, including FRETs (e.g. CFP/YFP). The requirement for continued preventative maintenance of instrument, technical and software updates support services, is necessary for daily analyses of marine toxin detection in support of the Center?s environmental research program. This requirement is expected to provide for one twelve-month base period, and four twelve-month option periods. The continuity of the software updates, technical and instrument maintenance support is imperative to CCEHBR?s essential research and development. The Center?s focus is the research and development of diagnostic tools to measure coastal ecosystem health, and the chemical, biomolecular, microbiological, ecological, toxicological and histological methods that are used in both laboratory and field studies to describe, evaluate, and predict the controlling factors and outcomes of natural and anthropogenic influences in marine and estuarine habitats. BMG LabTech is the only know source capable of providing the required services. The BMG LabTech?s software and instruments are 100% compatible and will work with the existing system. The statutory authority is 41 U.S.C.253(c)(1), Only One Responsible Source. The applicable NAICS code is 334516. The size standard is not to exceed 500 employees. All applicable awards shall be in compliance with Homeland Security Presidential Directive 12 (HSPD-12). CAR clauses 1352.239-73 Security Requirements for Information Technology Resources (Dec 2006) will apply. Interested parties may identify their interest and must provide evidence of their capability to respond to this requirement by January 31, 2008. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely with the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Note 22 applies. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-JAN-2008). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 31-JAN-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOC/NOAA/EASC/EA133C-08-RQ-0002C/listing.html)
- Place of Performance
- Address: Charleston, S.C.
- Zip Code: 29412
- Country: UNITED STATES
- Zip Code: 29412
- Record
- SN01497870-F 20080202/080131231137 (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 |