SOLICITATION NOTICE
66 -- Microplate Reader
- Notice Date
- 8/7/2009
- 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
- 1061134
- Archive Date
- 9/1/2009
- Point of Contact
- Jaclyn Stielper, , Doreen Williams , Phone: 301-827-3366
- E-Mail Address
-
jaclyn.stielper@fda.hhs.gov, doreen.williams@fda.hhs.gov
(jaclyn.stielper@fda.hhs.gov, doreen.williams@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- 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 05-35. This announcement constitutes the only 100% small business set aside solicitation and a written solicitation will not be issued. This 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 13.106 for the following statement of work, under the simplified acquisition procedures. Any firm that believes it is capable of providing the required service as stated herein may submit a capability statement to document its ability to provide the required services. A determination to compete this procurement based on a response to this notice is solely within the discretion of the Government. 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 contract to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor described to "Meet or Exceed the Requirement," 2) Past Performance and 3) Price. Technical Capability and Past Performance, when combined, are significantly more important than price. This solicitation is issued as a Request for Quotation (RFQ). The Food and Drug Administration (FDA) intends to award a purchase order for a microplate reader. General Duties/Description of Work POLARstar OMEGA from BMG Labtech, Inc. Brand Name or Equal. POLARstar Omega microplate reader has the following features: • Spectrometer for full spectrum (200-850nm) UV/vis absorbance capture in under one second per well. • Five measurement principles: fluorescence, time resolved fluorescence, visible and low UV absorbance, glow luminescence (and flash with injectors) – dual luciferase capable, and fluorescence polarization. • High performance luminescence measurement with dedicated noise reduction circuits, 2,000,000 counts per second. BRET is performed with simultaneous dual reading • Reads up to eight fluorophores per per plate • FRET performed with simultaneous dual emission for speed and stability • Top/bottom reading, programmable shaking, 45C incubation and auto-optic switching • Accommodates two reagent injectors, 5-350ul in 0.5ul increments • Can collect data as fast as 50ms, 20 points per second • FDA 21 CFR Part 11 Compliant Software • Quick-Start software delivers full functionality without complex protocol Setup Product must have the following salient characteristics: •Five measurement principles: fluorescence, time resolved fluorescence, visible and low UV absorbance, glow luminescence (and flash luminescence with injectors) FP. •with a complete UV/vis spectrometer (220-850nm) that can provide you with a full absorbance spectrum at 1nm resolution in les than one second per well •1cm path length correction for absorbance mode, coverts well readings into standard 1cm readings •High performance luminescence mode with photon counting, 2,000,000 counts per second maximum •Fluorescence Polarization and Simultaneous Dual Emission reading modes •Spectral response from 200 to 900nm, high intensity xenon lamp, automatic optics switching •Unit is Dual Luciferase Ready (DLR) as certified by Promega, the only 384 well DLR reader •Reads 6-384 well plates - user definable plate formats, 1536 well plate reading option •Well scanning mode with up to 100 points per well, high resolution display, and “Point Picker” mode •Accommodates two internal reagent injectors which can be added at anytime, ORAC capable reader •Reagent injectors dispense 5-350L in 0.5L increments, variable volumes per well, 384 well injection •Both injectors inject into the same well, with programmable timing from 0.1 to 1000 seconds, measurement can occur while injection(s) take place – simultaneous injection and measurement is possible •Injection can occur in luminescence, absorbance, fluorescence, or time-resolved fluorescence modes •Two filter wheels with eight filters per wheel, no monochromator used for wavelength selection •Reads 8 multichromatic filter pairs per plate for FRET and BRET capability, dual emission possible as well •Can collect up to 50 data points per second for fast kinetic assays, calcium screens, cell based assays •Top/bottom reading in all measurement modes, programmable shaking – linear, orbital, figure eight •45C incubation with two incubation plates, condensation eliminator, multiple sensors (68C is optional) •GUI Control and data evaluation software included. Evaluation software Excel based for user friendly operation includes curve fitting (4th order), unknown calculations, dilutions, report modes, graphing, & more. •FDA 21 CFR Part 11 Compliance included at no extra charge 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 Jaclyn.Stielper@fda.hhs.gov no later than August 12, 2009 at 4:30 PM EST. Telephone calls will not be accepted. QUOTATIONS DUE: All quotations are due, via email to: Jaclyn.Stielper@fda.hhs.gov, no later than 4:30 PM EST on August 17, 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 52.217-9, 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1061134/listing.html)
- Place of Performance
- Address: 29 Lincoln Drive, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN01903816-W 20090809/090808000818-9a9ebfb0509c40dedde0809acc6e38f6 (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 |