SOLICITATION NOTICE
66 -- Analyzer, Molecular Affinity
- Notice Date
- 4/13/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 8150 Aeromedical Road, Brooks City-Base, Texas, 78235, United States
- ZIP Code
- 78235
- Solicitation Number
- FM285582720008-01
- Archive Date
- 5/29/2009
- Point of Contact
- Robert G. Martinez,, Phone: 210-536-6344, Winifred W. Williams,, Phone: 210-536-6567
- E-Mail Address
-
robert.martinez.2@brooks.af.mil, winifred.williams@brooks.af.mil
- 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 solicitations and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP). This procurement is for stock number 6630L000048; Analyzer, Molecular Affinity for United States Air Force School of Aerospace Medicine - USAFSAM/FEEH. Please submit authorized offers electronically to robert.martinez.2@brooks.af.mil and winifred.williams@brooks.af.mil on or before 04 MAY 2009 12:00 Noon (CST) reference Purchase Request number FM285582720008. Oral responses are not authorized. The Molecular Affinity Analyzer requirements must meet the following list of specifications: Contract Line Item 0001 - Analyzer, Molecular Affinity 1. Surface plasmon resonance (SPR) detector capable of measuring association constants, dissociation constants and sample concentration 2. Workstation including computer, monitor, keyboard and software sufficient to measure and compute all of the parameters described in (1) 3. Software should be capable of the following: a. Automated injection of numerous samples (24hr, minimum continuous unattended runtime) b. Curve fitting and extraction of rate constants c. Creating and executing custom sample injection routine 4. Auto-sampler capable of injecting at least 15 sample 5. Temperature control for samples in sample manager (10-40°C) 6. Temperature control for solutions at point of analysis (10-37°C) 7. Detection of molecules with masses ≥200 Da 8. Inline degassing of all solution 9. 1-yr full warranty 10. Surface chemistries compatible with analyzing small DNA molecules (40-100 nucleotides, i.e. aptamers), peptides and proteins; as well as small molecule tags such as biotin and His group 11. Ability to recover samples at the end of run-manual recovery is sufficient, i.e. recovery can be as crude as washing attached molecules from the surface of the sensor 12. Start up consumables a. Minimum of nine sensor chips with the following compatibility: i. 3 sensors for amine coupling ii. 3 sensors for biotin coupling iii. 3 sensors for His coupling Alternatively, the manufacturer may provide a credit for at least nine sensor chips, which the customer may use within the first year of owning the instrument b. Buffers and reagents required for using the above sensor chemistries, in volumes sufficient to use the chips provided in (12a) 13. Training, Installation and Support-On-site training and installation as well as one-year of technical support This anticipated procurement is for a firm-fixed price (FFP) contract using full and open (F&O) competition procedures; solicitations offering to split requirements will not be considered; and, the intended is for a single vendor to provide and deliver all components of this requirement. The NAICS Code is 334519 the size standard is 500 employees. Wide Area Work Flow (WAWF) payment procedures apply. The solicitation documents and incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-32 (effective March 31, 2009 and Defense Federal Acquisition Regulation Supplement change notice 20090115. FAR 52.212-4 and 52.212-5 applies to this acquisition. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. FAR 52.212-2, Evaluation - Commercial Items, applies. Technical capability will be evaluated by how well the proposed product meets the government requirement instead of predetermined sub-factors. Evaluation Basis for Award: Award will be made to the offeror who has the lowest priced, technically acceptable proposal. It is the offeror's responsibility to be familiar with applicable clauses and provisions. The delivery date for this requirement is 30 days after order, FOB Destination: 311 MSG/LGRB, 8045 Crouch Rd. Bldg: 1163, Brooks City-Base, TX 78235, UNITED STATES. Contracting Office Address: Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 311th HSW/PK 8150 Aeromedical Road, Brooks City-Base, TX, 78235-5123, UNITED STATES
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2f161c6b163d66db1a57ca2404a9aac9&tab=core&_cview=1)
- Place of Performance
- Address: FOB Destination:, 311 MSG/LGRB, 8045 Crouch Rd. Bldg: 1163, Brooks City-Base, Texas, 78235, United States
- Zip Code: 78235
- Zip Code: 78235
- Record
- SN01791557-W 20090415/090413220314-05932971515c0f4398019d339417f9e1 (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 |