Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2009 FBO #2735
SOLICITATION NOTICE

66 -- BioPlex Suspension Array System

Notice Date
5/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
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
1055063
 
Point of Contact
Vida - Niles, Phone: 301-827-2476, Doreen Williams , Phone: 301-827-3366
 
E-Mail Address
vida.niles@fda.hhs.gov, doreen.williams@fda.hhs.gov
(vida.niles@fda.hhs.gov, doreen.williams@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation # 1055063-1 The Food and Drug Administration (FDA) is seeking Full and Open Competition for vendors that can provide quotes/proposals. 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 05-24. This announcement constitutes the only solicitation and a written solicitation will not be issued. The synopsis, NAICS code 423490, is to notify contractors that the government intends to issue a Firm Fixed Price Purchase Order in accordance with FAR Part 13, for the following statement of work, under the simplified acquisition procedures. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing Best Value and discussions are not necessary. Project Title: BioPlex Suspension Array System with BioPlex Pro Wash Station Background: The Office of Regulatory Science, Divisions of Microbiology, intends to purchase an additional BioPlex Suspension Array System and a BioPlex Pro Wash Station. FDA/ORA field laboratories already have this particular instrument. The technology that is utilized on this platform is specific for this instrument. Our Division’s primary responsibility is to develop methods that these Field laboratories use. Therefore it is essential that our protocols are developed to meet the Agency’s mission-to protect the American public from consuming contaminated foods. This instrument is solely utilized at the Centers for Disease Control and Prevention (CDC). CDC has developed a serotyping scheme to identify Salmonella species. In order to use their serotyping protocol, it is imperative that we have the same instrument. As with our PulseNet responsibility, the next generation of rapid identification of foodborne outbreaks may just well lie with this technology. Therefore, the Luminex technology must be used on the same instrument as CDC. The Division of Microbiology has one BioRad BioPlex instrument. This piece of equipment was purchased to be consistent with the FDA/ORA field laboratories. Therefore the additional instrument will expand our present capability. The Bio-Plex Pro Wash Stations have been developed specifically for performing wash steps for the Bio-Plex (and other xMAP) assays. We are required to follow the protocol and complete multiple wash steps throughout the assay. Currently, our group has no means of automated washing which is critical for decreasing run-to-run variability and saves analyst time. The Bio-Plex Pro Wash Stations are highly specialized to perform the processing of polystyrene and magnetic bead-based xMAP assays. Technical Requirements: 1. BioPlex Suspension Array System QTY 1 This system is a multiplex platform that permits the simultaneous analysis of up to 100 different biomolecules (proteins, peptides, or nucleic acids) in a single microplate well. The BioPlex suspension array is built around three core technologies. The first is fluorescently dyed microspheres, or beads, from Luminex Corp. The second is a flow cytometer with two lasers and associated optics to measure biochemical reactions that occur on the surface of the microspheres, and the third is a high-speed digital signal processor to efficiently manage the fluorescent output. These technologies are brought together in the Bio-Plex workstation. 2. BioPlex Pro Wash Station QTY 1 The Bio-Plex Pro Wash Stations have been developed specifically for performing wash steps for Bio-Plex (and other xMAP) assays. The wash station eliminates manual wash steps from Bio-Plex assays which decreases variability and increases consistency in results between experiments. The Bio-Plex Pro II has the capability of vacuum filtration for the processing of polystyrene and magnetic bead-based xMAP assays. Start to finish wash protocols in less than four minutes. Deliverables: The contractor shall deliver 30 days after receipt of order. Warranty: Extended warranties for the Bio-Plex 200 System shall be provided for year 1 and year 2. Warranties shall be for the product explicitly stated. Instrument comes with a one year manufacturer’s warranty which will be considered apart of the “base year”: (Base year shall be during the one year manufactuer’s warranty) Option Year 1, service and maintenance agreement Option Year 2, service and maintenance agreement Option Year 3, service and maintenance agreement Option Year 4, service and maintenance agreement CCR: Vendor must be registered in the Central Contractor Register (CCR) prior to the award of the contract. You may register by going to www.ccr.gov. You will need to your Tax ID, Duns Number, Bradstreet number and banking information. QUESTIONS DEADLINE: All questions are to be submitted via email to Vida.Niles@fda.hhs.gov, no later May 28, 2009, 4:30 pm EST. QUOTATIONS DUE: All quotations are due to: Vida.Niles@fda.hhs.gov, no later than 4:30 pm, EST on June 16, 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. 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, FAR 52.232-33, FAR 52.246-9 and FAR 52.246-18. Clauses and provisions are incorporated by reference and apply to this acquisition. Responses to this notice shall be sent via email to Vida.Niles@fda.hhs.gov, Telephone calls will not be accepted. Technical Evaluation Criteria BioPlex Suspension Array System with BioPlex Pro Wash Station Quotes should explain how their instrument meets or exceeds each detailed specification, and include supportive data and descriptions wherever possible. Evaluation For Award Technical Requirements 1. Compatible with xMAP technology a. The platform shall be compatible with magnetic xMAP bead assays. b. The platform shall be compatible with polystyrene xMAP bead assays. c. The platform shall be compatible with existing BioPlex 200 Suspension Array Systems d. The platform shall be capable of running 96-well assays. e. The platform shall be capable of multiplexing up to 100 different biomolecules in a single well f. The platform shall be capable of running assays of various biomolecules, including proteins, peptides and nucleic acids. g. The platform shall be compatible with BioPlex manager software. h. The platform shall use a fully integrated validation system. 2. Wash Station a.Shall be compatible for use with BioPlex Suspension Array System protocols. b.Shall have preloaded protocols for washing magnetic xMAP bead assays. c.Shall have preloaded protocols for washing standard polystyrene xMAP bead assays. 3. Warranty – the suspension array system shall have a two year warranty. Evaluation for Award: Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government may award this purchase order to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Technical Capability is significantly more important than price. The FDA intends to make an award immediately after the response date of this notice. The award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1055063/listing.html)
 
Place of Performance
Address: 5100 Paint Branch Pkwy, College Park, Maryland, 20740, United States
Zip Code: 20740
 
Record
SN01824288-W 20090523/090521234732-9e120ea7f95158aa34b23885ed52664e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.