SOLICITATION NOTICE
66 -- MULTIBIOMARKER DETECTION SYSTEM
- Notice Date
- 2/12/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, Cincinnati Procurement Operations Division 26 W. Martin Luther King Drive Cincinnati, OH 45268
- ZIP Code
- 45268
- Solicitation Number
- PR-CI-09-10392
- Response Due
- 3/4/2009
- Archive Date
- 4/3/2009
- Point of Contact
- WILLIAM M. YATES, Contract Specialist, Phone: 513-487-2055, E-Mail: yates.william@epa.gov<br />
- Small Business Set-Aside
- N/A
- Description
- NAICS Code: 334516, this is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ) and is designated as full and open competition. In accordance with FAR Part 13, Simplified Acquisition Procedures, and FAR Part 12 Commercial Items, the U.S. Environmental Protection Agency (EPA) intends to purchase a Multibiomarker Detection System for the Office of Research and Development/National Health & Environmental Effects Research Laboratory (NHEERL) in RTP, NC. The Multibiomarker Detection System is a detection system that quantifies multiple biological compounds with low background, high sensitivity with rapid throughput. A.STATEMENT OF WORK AND MINIMUM GENERAL SPECIFICATIONS: Project Description: The National Health and Environmental Effects Research Laboratory (NHEERL) is responsible for conducting studies of humans to characterize relationships between exposure to environmental pollutants and possible health effects. NHEERL is one of the U.S. Environmental Protection Agency's key research organizations that examine the effects of contaminants and environmental stressors on human and ecological health status. Description of Work: The instrument is to be initially located in the Human Studies Facility (HSF) which is headquartered in Chapel Hill, NC. The analyses will involve understanding the relationships between air and water pollutants of interest to the Agency and effects primarily in humans. These pollutants include, for example, diesel exhaust, arsenic, ozone, and particles in the ambient air. The instrument used to examine human and ecological health status will be a multibiomarker (ie., multiple biological analytes) detection system which quantifies multiple biological compounds with low background, high sensitivity, rapid throughput. Quality Assurance Requirements: Analyses on this instrument will be governed by the EPA quality system, as described in the approved HSD Quality Management Plan. Analyses will be developed into Recommended Operating Procedures and Standard Operating Procedures, if applicable. Users will consult with HSD?s Quality Assurance Manager prior to initiating work if needed. Users will successfully complete Quality Assurance training if required.Specific requirements include: Maximum data per analyses from a large dynamic range, negating requirements for dilutions that double or triple the number of analyses required for a given sample. Wide dynamic detection range, ElectroChemiLuminescence has a dynamic range that is at least two-fold over any Absorbance or Fluorescence assay. Weak signals (ie, low amounts) can be detected due to not being obscured by background. Strong signals (ie, high amounts) are not off-scale and can be detected. Simultaneous detection of multiple signaling biomarkers will allow us to test a whole signaling pathway with one tiny sample and more economically than performing multiple but separate analyses. Analyses of Biomarkers with kits not currently carried by a manufacturer can be developed in our lab, and can be combined and printed on multiArray plates in a Quality Controlled acceptable process. High Sensitivity. Sensitivity is defined as Signal divided by Background (S/B). Higher signal derives from the sensitivity of tag detection. The high capacity carbon electrode is optimized for high binding (Plastic plates cannot bind as much). Small defined ?spot? concentrates material (Traditional coating of plates requires covering the entire bottom and the sides). Emission is in the red region of visible light (Reduces color quenching). Lower background derives from minimizing background coming from the orthogonal energy source, such as with s fluorescence assays, when only tag label is near the electrode is detected (There is an equilibrium between on and off for all antibodies when antibodies are ?off? and outside the electric field, they do not emit light. (This is very unique.) No auto-electrochemiluminescence or interferences. Simultaneously detection of biomarkers. multiarray platform to allow simultaneous screening for activity, function, specificity during the development stage Fast detection by the instrumentation. Fast read times and fast and easy to use software will not create a bottleneck for multiple investigators needing to use the detection system on the same day (flow based techniques take an hour to process a single 96well plate). Control software is point and click. New users will require minimal amount of time to be trained. No washing of assay plates which allow for better detection with low affinity antibodies (excessive washes often wash away the analyte). B. ADDITIONAL SPECIFICATIONS: The Detection System shall be comprised of instruments that:Handle and analyze samples on matrices (i.e, plates) purchased from the manufacturer;Input, store, manipulate, and analyze data on a Microsoft operating system on a PC. Software is 21 CFR Part 11 compliant. Software will allow real-time display of data as it is being generated. Data can be processed and exported to external databases for use with other software including Microsoft Excel. Warranty period: Instrument shall be free of defects in workmanship and materials for a period of one year after customer accepts the instrument. C. FIELD INSPECTION REQUIREMENTS AND APPROVAL BY THE NORTH CAROLLINA BUILDING CODE COUNCIL: Equipment shall be listed and labeled by a third-party listing agency approved by the North Carolina Building Code Council. Go to http://www.ncdoi.com/OSFM/Engineering/engineering_home.asp Click on Search button at top of page, type in ?third party agencies accredited?. Prior to shipping unlisted equipment to EPA, a field inspection shall be performed by an approved agency in that listing. The filed inspection shall be performed at the manufacturer?s place of business and shall be included in the vendor?s quotation. If the equipment fails the field inspection, the vendor shall make necessary changes to meet the listing agency?s approval. D. EVALUATION CRITERIA A. The government intends to issue one contract to the responsible offeror whose quotation represents the best overall value to the government based on technical approach, past performance and price. The quotation shall describe the approach to achieve the objectives of the three phases described in this Combined Synopsis/Solicitation. The quotation shall not exceed ten pages (single sided), and a maximum of 12 point font. The Government will conduct a best value analysis of all responses based on the following criteria: 1.TECHNICAL APPROACH (50 Points): Offeror shall provide a detailed technical approach outlining a method to fulfill the description of work of the project identified in this Combined Synopsis/Solicitation. This approach will include methodology to measure more than one, but less than ten, T helper (Th) 1 and/or Th2 cytokines in human fluids (e.g., plasma, urine, bronchoalveolar lavage fluid) and conditioned media of cultured cells using their instrumentation. 2. PAST PERFORMANCE (50 points): Offeror shall demonstrated performance during the last four years on analyses which are similar in scope in measuring Th1 and Th2 cytokines in human fluids, to that which is anticipated in this requirement. The offeror shall provide reference information (including abstracts, papers, oral presentation, and/or conference proceedings) for at least four users completed or currently ongoing, which are similar to this requirement. The Government will consider the following areas under past performance: (1) sensitivity of products, (2) range of the detection limits, (3) reproducibility (if reported). Offeror shall include the following information for each user listed: (a) Name of author(s) and/or presentor(s)(b) Name of government agency/organization/company/institution represented by the names in (a).(c) Title of the publication/presentation, and a brief description of use and relevance to this requirement.(c) Date of publication or presentation with referencing information such as the meeting, journal name and volume/page numbers.(d) Point of contact, telephone number, and E-mail address (if available) of the corresponding author/presentor. 3. PRICE: Provide a fixed price quote in accordance with this Combined Synopsis/Solicitation. E. FAR CLAUSES AND PROVISIONS The following provisions of FAR apply: (The full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far) 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Offeror to include a completed copy of the provision at 52.212-3 and complete Online Representations and Certifications Application (ORCA)http://orca.bpn.gov), and FAR 52.212-4 Contract Terms and Conditions - Commercial Items, apply to this acquisition. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under FAR 52.215-5 paragraph (b), the following additional clauses apply to this acquisition: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-1, Buy American Act--Balance of Payments Program - Supplies; and FAR 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration. The Clause at FAR 52.212-2, Evaluation Commercial Items applies to this acquisition. F. TECHNICAL CAPABILITIES: Offeror(s) shall provide documentation in sufficient detail to demonstrate the Multibiomarker Detection System?s capabilities in meeting or exceeding the stated requirements in the Specifications. The Government will award a contract resulting from this Combined Synopsis/Solicitation based on the best overall value, to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The contractor must meet all criteria to be considered for award. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Any firm that believes it is capable of meeting EPA's requirement stated herein may submit a proposal, which if received by the response date of this announcement will be considered. Responses to this solicitation must be in writing. The proposal shall include a breakdown of the total price that includes any fabrication, any installation, any shipping, any acceptance testing, and warranties. All proposals received in response to this posting will be evaluated based on Best Value and not solely on price. All interested parties may identify their interest and capability of meeting EPA requirements by submitting technical documentation along with their cost proposal to William M Yates, Contracting Officer, by e-mail to yates.william@epa.gov. If you send your proposals via email, include the Program Officer at madden.michael@epa.gov You can mail your proposal at the following addresses: via U.S. Mail via Courier or Hand-Carried Delivery USEPA CPOD USEPA CPODWilliam M. Yates, Contracting OfficerAttn: William M. Yates, Contracting OfficerMail Code: NWDSuite 300, 3rd Floor26 West Martin Luther King Drive 4411 Montgomery RoadCincinnati, Ohio 45268Norwood, Ohio 45212 Technical proposals must be submitted to William M Yates by 4:00 PM Wednesday, March 4, 2009 in order to be considered by EPA. Questions must be submitted in writing to William M Yates via e-mail. Telephone queries will not be honored. Point of Contact for this requirement is William M Yates, Contracting Officer, at (513) 487-2055, or via e-mail at yates.william@epa.gov. Questions must be submitted in writing to William M Yates via via e-mail. Telephone queries will not be honored.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=38b46e1f9d922f535bad7a2d2584c1ec&tab=core&_cview=1)
- Record
- SN01749487-W 20090214/090212215659-38b46e1f9d922f535bad7a2d2584c1ec (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 |