SOLICITATION NOTICE
66 -- Bio-Plex 200 System
- Notice Date
- 2/10/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA1052088
- Point of Contact
- Jacqueline Richardson,, Fax: 301-827-7106, Doreen Williams ,, Fax: 301-827-7106
- E-Mail Address
-
jacqueline.richardson@fda.hhs.gov, doreen.williams@fda.hhs.gov
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-29. This announcement constitutes the only solicitation and a written solicitation will not be issued. This combined synopsis/solicitation, NAICS code 334516, is to notify contractors that the government intends to issue a Firm Fixed Price Purchase Order in accordance with FAR Part 13.106 for the following specifications, under the simplified acquisition procedures. This action is designated for Full and Open Competition. Prospective offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor the FedBizOpps website for the release of any amendments to this solicitation. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. This solicitation is issued as a Request for Quotes (RFQ) FDA’s Division of Microbiology in conjunction with the Center for Disease Control and Prevention (CDC) are working in unisons to protect the American Public from consuming contaminated foods. Currently the CDC has developed a stereotyping scheme to identify salmonella species which utilizes the Bio-Plex 200 System. In order to use their stereotyping protocol, it is imperative that both agencies use the same instruments. The Food and Drug Administration (FDA) intends to award a Firm Fixed Price purchase order for a Bio-Plex 200 System to expand the capability of currently owned FDA instruments. The following items are required as referenced below as follows: SPECIFICATIONS: Bio-Plex 200 System with HTF (1 unit) C1000 Thermal Cycler 96W System (4 units) C1000 Thermal Cycler 48 /48 System (4 units) CFX96 Real-Time PCR Reaction MOD (2 units) Criterion Cell (2 units) Protean IEF System, 90-240 VAC (1 unit) Bio-Plex COOH Beads Numbers 1 to 100, 1 ml (200 each) Conventional PCR Thermal Cycler System 1.Thermal Cycler must support interchangeable reaction modules, including a dual 48 fast, 96 well fast and 384 well platforms. 2.Both the dual 48 fast and 96 well fast must be gradient enabled. 3.The dual 48 fast platform must have the ability to run 2 different protocols simultaneously. 4.Must be capable of networking up to 32 systems in a high throughput format. 5.Thermal Cycler must allow multiple programming methods, including graphical, text or automatic. 6.Block must be able to show temperature uniformity across all wells of ±0.4°C within 10 sec of arrival at 90°C. 7.System must demonstrate an Average Ramp Rate for dual 48, 96 and 384 well blocks of ±3.3°C/sec, ±3°C/sec and ±2°C/sec respectively. 8.System must demonstrate a Maximum Ramp Rate for dual 48, 96 and 384 well blocks of ±5°C/sec, ±4°C/sec and ±2.5°C/sec respectively. 9.A USB port must be available for use of a storage device or mouse. 10.Thermal Cyclers must include a 3 year manufacturer’s warranty. 11.Thermal Cyclers must be licensed for PCR. Real-time PCR optical system 1.Real-time component must be modular, and be able to be placed on any of the C1000 series thermal cycler chassis in the building for full operation. 2.Must have thermal gradient capabilities to enable reaction optimization in a single run. 3.Must have a maximum thermal ramping speed of up to 5°C per second. 4.Must have sample block uniformity of ±0.4°C within 10 seconds of programmed arrival at 90°C. 5.Optical detection allows quantitation of up to 5 gene targets per well, using discrete filtered LED illumination and filtered photodiode detection. 6.In fast scan mode, system must be able to read 96 wells in 3 seconds. 7.Detects 1 copy of target sequence in human genomic DNA. 8.Multiple experiments can be analyzed from a single plate. 9.Software must allow for run to be extended beyond original program while in progress. 10.PCR quantitation by standard curve must automatically calculate reaction efficiencies. 11.Must be able to perform gene expression analysis using relative quantity or normalized expression analysis modes. Must include ability to assign multiple reference genes and assign individual reaction efficiencies when appropriate. 12.Software must be able to compare up to 5,000 reactions. 13.Software must be available for installation on unlimited number of local computer workstations for analysis. 2D Electrophoresis System 1.Instrument is a dedicated instrument that runs IPG strips to separate proteins based on their isoelectric point (pI). 2.System must be complete and includes 7cm, 11cm, and 17 cm polycarbonate focusing trays, 7, 11, and 17 cm rehydration/equilibration trays, forceps, pre-cut electrode wicks, mineral oil, and cleaning brushes. 3.The instrument allows up to twenty-four 7 cm IPG strips or twelve 11, 17, 18, or 24 cm strips to be run at one time. 4.Integrated Peltier Cooling Unit and High Voltage 2.4mA Power Supply 5.Instrument must have the following Power Output and control a.Power Output oVoltage: 50–10,000 V, 1 V increments oCurrent: 0–2.4 mA, 0.001 mA increments oPrecise control of voltage and current allows for greater reproducibility 6.Platform temperature Settings o10–25 °C ±0.5 °C at maximum ambient temperature of 30 °C oPeltier temperature control platform in combination with voltage maximum of 10,000 V allows increased resolving power and decreased run time oLow termperature operation facilitates examination of labile proteins potentially destroyed at higher temperatures 7.Reaction vessels a.Trays must be break-resistant, non porous polycarbonate. Unlike ceramic trays, these trays are not susceptible to contamination or breakage. b.Lid: Clear acrylic c.Cup loading tray: Multiple-sizes 8.User Interface a.Control panel: 12-key alphanumeric keypad with 4 soft keys and 3 function keys b.Programmable parameters: Rehydration, focusing time, platform temperature, current limit per IPG strip, voltage, and voltage ramping time for each step c.Voltage ramping profiles: Slow, linear, or rapid d.Protocol capacity: 3 semi-programmable, preloaded methods with 10 programmable methods with up to 10 steps each e.Data collection RS-232 serial port and optional thermal printer BioRad BioPlex system: Platform and Coupling Beads 1.The instrumentation must be capable of performing the Center’s for Disease Control and Prevention (CDC) Laboratory Response Network (LRN) methodology for Salmonella enterica serotyping using the Luminex System. The CFSAN laboratory is part of the LRN and needs instruments to utilize methods developed by this Network for member laboratories. 2.Instruments must be accompanied by sufficient quantities of couponing beads compatible with the system and suitable for a complete 100-plex assay. 3.The instrument must be able to be calibrated at 2 different points to read assays with different sensitivity ranges. 4.The instrument must utilize a Maintenance, Calibration, and Validation plate to automate routine startup shut down, and other maintenance operations. 5.The instrument must include validation tools to confirm proper operation of the instrument. These tools must include individual bead sets to assess the optics, the fluidics, the range and slope of the reporter laser, and the performance of the bead classification system. 6.The system must maintain calibration and validation logs that cannot be edited. 7.The system must have software that can be expanded for network access in the future. 8.There must be a single continuous software interface for operation of the instrument and date analysis. 9.The software must have a module for genotyping, including direct important of plate setup, and user control of thresholds for gene calls. 10.The software must utilize Brendan Scientifics’ weighted 5PL model for data regression for standard curves. 11.The software must enable the user to define the plate setup without restrictions. 12.The provider must offer ongoing local on-site application support at no additional cost. The Government intends to evaluate proposals within the competitive range and, may award with out discussion if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. The award will be made to the offeror whose proposal conforms to the terms and conditions of the solicitation and award may be made to other than the lowest priced offer. CCR: Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. QUESTIONS DEADLINE: All questions are to be submitted via email to jacqueline.richardson@fda.hhs.gov no later than February 16, 2009 by 4:30 pm EST. QUOTATIONS DUE: All quotations are due, via email to: jacqueline.richardson@fda.hhs.gov, no later than 4:30 pm, EST on February 19, 2009. PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at 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 are applicable: FAR 52.217-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, and FAR 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Responses to this notice must be sent via email to jacqueline.richardson@fda.hhs.gov. No phone calls will be accepted.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=410eb5cc6e4ffe451312b918d3eb4b57&tab=core&_cview=1)
- Place of Performance
- Address: FDA, Center for Food Saftey & Applied Nutrition, 5100 Paint Branch Parkway, College Park, Maryland, 20740, United States
- Zip Code: 20740
- Zip Code: 20740
- Record
- SN01747995-W 20090212/090210220725-410eb5cc6e4ffe451312b918d3eb4b57 (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 |