SOLICITATION NOTICE
65 -- Applied Biosystems: BigDye, AmpF/STR, Quantifilier and AmpliTaq Gold products.
- Notice Date
- 9/20/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Medical Command, Center for Health Care Contracting, Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015
- ZIP Code
- 78234-5015
- Solicitation Number
- W74MYH82120251
- Response Due
- 9/24/2008
- Archive Date
- 11/23/2008
- Point of Contact
- JULIE SEDLOCK, 210-295-4385<br />
- Small Business Set-Aside
- N/A
- 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; proposals are being requested and a written solicitation will not be issued. The U.S. Army Medical Command, Center for Health Care Contracting has a requirement for the following items: Part Numbers indicated are Applied Biosystems. BigDye, AmpF/STR, Quantifilier and AmpliTaq Gold are registered Trademarks. (1) BigDye Terminator v1.1 Cycle Sequencing Kit, TF, BDT v1.1 RR-5000 & SEQ BUFFER (Qty 8 EACH), Part Number: 4337452 _____; (2) Quantifier Human DNA Quantification Kit (Qty 4 KITS), Part Number 4343895 _____; (3) AmpFLSTR Identifiler PCR Amplification Kit (Qty 8 KITS), Part Number 4322288 _____; (4) BigDye Terminator v1.0 Cycle Sequencing Ready Reaction Kit, dGTP BDT RR Kit (Qty 50 KITS), Part Number 4307175 _____; and (5) AmpliTaq Gold DNA Polymeraxe, 25 x 1000 units with Gold Buffer and MgCL2 solution, Tf.TAG Gold 5x5x1000U&GOLD BUFFER MgC12 (Qty 5 KITS. Part Number 4317742 _____. This requirement is unrestricted under NAICS code is 334516. This is a Request For Quotation (RFQ). Reference RFQ # W74MYH82120251 on all submissions. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, Effective 12 Jun 2008 and DCN 20080812. Provisions referenced in this solicitation can be viewed by accessing website, http://farsite.hill.af.mil/. This acquisition is BRAND NAME ONLY, no substitutions will be accepted. The sequencing reagent, Bid Dye terminator Sequencing kit, shall have a narrow bandwidth (less than 40nm width at half height) strong balanced fluorescence peaks that are easily spectrally separated and have minimal overlap of emission bands, uniform electrophoretic mobility, strong resistance against laser-induced bleaching, absorption spectra that match the wavelength of a 520 nm Argon Laser, and peak height uniformity. In addition, these reagents shall provide long reads for sequencing, 800-1200 nucleotides using the 3130xl or 3730 capillary electrophoresis instrument. In addition, the reagent must be able to be used at half strength with the additive, dGTP, which has been specifically optimized to work in conjuction with Big Dye version 1.1 Dye terminator sequencing chemistry on the 3130x1 or 3730 Genetic Analyzer. The DNA Polymerase, Ampli-TaqGold shall be form of Thermus Aquaticus that has the epsilon-amino groups of lysine residues chemically modified such that the enzyme is inactive above pH 7.0, has a 5x3 exonuclease activity, does not have a 3 5 exonuclease activity and is forensically validated for carrying out the polymerase chain reaction (PCR) for nucleic acid amplification. The enzyme shall provide an automated Hot Start process (95 degreesC soak for 10 minutes) to lower the pH below 7 when the chemical modifications to the lysine residues are cleaved and the active site of the DNA polymerase becomes active. The enzyme shall be recombinant rather than native form. The enzyme shall be made and approved for use in processing forensic casework based on Fry and Dalbert Hearings. The use of the quantification kit, such as the Quantifiler, and Quantifiler Y requires the vendor to provide a complete quantification system that has been optimized and validated for use in Forensics on the AB-7000 Sequence detection system. The system should be target specific assay components consisting of two primers to amplify the telemerase reverse transcriptase gene (hTERT) gene (a single gene) and a Taqman MGB probe, which contains the FAM reporter dye coupled to the 5 end and a minor groove binder (MGB) and a non-fluorescent quencher (NFQ) coupled to the 3 end. The amplification kit, such as the identifiler, shall contain a primer set that amplifies the following loci in a single PCR amplification: Amelogenin, CSFIPO, D2S1338, D3S1358, D5S818, D7S820, D8S1179, D13S317, D16S539, D18S51, D19S433, D21S11, FGA, TH01, TPOX, vWA. The loci shall be consistent with major worldwide database recommendations including CODIS, ENFSI, and Interpol and should range from 100 to 450bp depending on the locus. The kit shall use 5 dyes, which are easily spectrally separated and have minimal overlap of emission bands. The dyes must have strong resistance against laser-induced bleaching with absorption spectra that are compatible to the wavelength of a 520 nm Argon Laser. Four of the dyes are used to label primers and the fifth dye is reserved for the internal lane size standard. The delivery date for this item is 60 days ARO. Shipping shall be FOB destination to the Armed Forces Institute of Pathology Washington, DC 20306. Evaluation Process: All proposals will be evaluated in accordance with the following criteria: Brand Name and Price. Vendors shall include a completed copy of FAR 52.212-3 (if not filled out in ORCA) and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items. FAR clause 52.203-3 [Gratuities]; FAR clause 52.212-1 [Instructions to Offeror]; FAR clause 52.212-4 [Contract Terms and Conditions Commercial Items] applies to this acquisition to include the following addenda: DFARS 252.211-7003, Item Identification and Validation and DFARS 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] with the following sub DFARS clauses applying to this acquisition: DFARS 252.225-7001 [Buy American Act and Balance of Payment Program], DFARS 252.232-7003 [Electronic Submission of Payment Requests] and 252.247-7024 [Notification of Transportation of Supplies by Sea]. FAR Clause 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 52.203-6 [Restrictions on Subcontractor Sales to the Government]; 52.222-3 [Convict Labor]; 52.222-19 [Child Labor Cooperation with Authorities and Remedies]; 52.222-21 [Prohibition of Segregated Facilities] 52.222-26 [Equal Opportunity]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-36 [Affirmative Action for Workers with Disabilities]; 52.222-37, [Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-39, [Notification of Employee Rights Concerning Payment of Union Dues or Fees]; 52.222-50, [Combating Trafficking in Persons]; 52.225-13 [Restrictions on Certain Foreign Purchases]; 52.232-33 [Payment by Electronic Funds Transfer Central Contractor Registration]. The closing date and time of this solicitation is 24 September 2008, 12:00 P.M. Price quotes shall be submitted on company letterhead and signed by a company representative. Fax quotes to the Center for Health Care Contracting (210) 221-5402. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. The Government plans to award a single purchase order resulting from this request for quotation. Point of contact for this solicitation: Julie Sedlock, phone (210) 295-4385; e-mail julie.sedlock@us.army.mil or Anne V. Carroll, phone (210) 221-3805; e-mail Anne.Carroll@us.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0a2f320f2252660cf39c3defe600a056&tab=core&_cview=1)
- Place of Performance
- Address: ARMED FORCES INSTITUTE OF PATHOLOGY BLDG 54, 6825 16TH ST NW WASHINGTON DC<br />
- Zip Code: 20306<br />
- Zip Code: 20306<br />
- Record
- SN01677225-W 20080922/080920214117-0a2f320f2252660cf39c3defe600a056 (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 |