SOLICITATION NOTICE
66 -- Multi-Plex Protein Array Reader
- Notice Date
- 3/29/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Midwest Area, Urbana, IL, 1101 West Peabody Drive, Room 180, Urbana, Illinois, 61801, United States
- ZIP Code
- 61801
- Solicitation Number
- AG-518P-S-10-A064
- Archive Date
- 4/24/2010
- Point of Contact
- Randa Plotner, Phone: 217-244-3262
- E-Mail Address
-
randa.plotner@ars.usda.gov
(randa.plotner@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This combined Solicitation is a total set-aside for Small Business. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and written solicitation will not be issued. Solicitation No. AG-518P-S-A064 is being issued as a Request for Proposals (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39. The solicitation is 100% set-aside for small business. The NAICS code applicable to this solicitation is 334516. USDA/ARS/MWA, National Animal Disease Center (NADC) has a requirement for a fully-automated reader system designed for quantitative chemiluminescent protein arrays. The reader system must be a complete system that includes the imager, computer and array software for acquisition, storage and analysis of protein arrays in a plate format. Specifically the reader system must be able to read and analyze the chemiluminescent Searchlight protein arrays specific for porcine and bovine cytokines available from meeting or exceeding (brand name or equal) Aushon Biosystems Part No. 00847021-EU Search light plus imaging and analysis system Quantity 1 and Part No. 84881 Search light array analyst software Quantity 3. The system must meet or exceed the following salient characteristics: 1) Require 16-bit cooled CCD camera that images from the bottom (back-illuminated) - this type of imaging prevents interference from residual liquid present in the plate wells and gives a broad dynamic range for spot detection and quantification 2) System should incorporate methods for minimizing background noise in images - low dark current, low temperature, et. al. 3) Software system should be customized for protein array analysis. It should locate each spot in the image, measure density values and calculate a concentration for an unknown sample based on a standard curve. 4) Software should use algorithms and standard ELISA formulas to ensure reproducible results across plates. 5) Images must be readable to be archived for a permanent record of raw experimental data. 6) Reader/software must incorporate an automated image exposure calculation to prevent saturation of pixels during image acquisition. 7) Reader/software must have an integrated analysis function that defines the position and content of the standards and samples on the imaged plate. It must incorporate samples ID's, dilutions, and statistical calculation of replicate S.D. and percent CVs. 8) Must have dark noise and flat-field correction of images to compensate for noise variability and possible vignetting of images. 9) Final image of plate should be composite of at least 3 images to remove signal contamination and maximize the signal to noise ratio. 10) Software should allow for manual integration of data processing if image anomalies exist and hinder the automated process or if different portions of the plate need to be analyzed separate from one another 11) Require 5 copies of the software for multiple users 12) Require delivery within 60 days of purchase. 13) A Service Agreement for one year is requested. Please provide a listing of the services which will be provided to the end users with your submittal of the Service Agreement along with all terms for replacement parts, labor and travel associated with service requests, service request response time, preventive maintenance which is inclusive, availability of loaner instrument if required and any additional exceptions not covered in the Service Agreement. Please specify the dates of coverage in the proposed service agreement and list any additional costs. 14) Describe available Standard Warranty 15) Estimate additional shipping costs to Ames, IA Location if applicable. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the descriptive Literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. REJECTION OF QUOTE: Failure to demonstrate compliance will be cause to reject the quotation without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to the acquisition and can be found in full text at http://www.acquisitions.gov/comp/far/index/html. FAR 52.252-1, Solicitation Provisions provided by Reference are as follows: FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Provide with Quote); FAR 52.212-1, Instructions to offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3 Offeror Representation and Certifications - Commercial Items (Provide with Quote); FAR 52.214-21, Descriptive Literature (Provide with Quote); FAR 52.204-7, Central Contractor Registration (All offerors must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. The website address for registration is: http://www.ccr.gov ); and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-3, Buy American Act - North American Free Trade Agreement - Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (3 U.S.C 3332); 52-232-36, Payment by Third Party (31 U.S.C 3332) and FAR 52.233-3, Protest After Award. The above FAR clauses may be viewed at http://www.acquisitions.gov/comp/far/index/html SHIPPING: FOB Destination. DOCUMENTS INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a quotation on company letterhead detailing the item description, unit price 2) descriptive literature, brochures; 3) at least 3 to 5 references for the proposed equipment. References must have received the proposed equipment within the last three (3) calendar years (Government references are preferred but will accept commercial references). References shall be provided for the product proposed and if possible include e-mail address of contact person; and 4) Offerors shall include a completed copy of the provisions FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.acquisitions.gov/comp/far/index/html. DELIVERY TO: USDA/ARS, NADC, 1920 Dayton Ave., Bldg. 24, P.O. Box 70, Ames, IA 50010. PROPOSAL PRICE MUST INCLUDE any freight or shipping as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before 30 days after award, however, each offerer shall include their proposed delivery schedule as part of their quotation. FAR 52.212-2 EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance are (i) technical capability of the item offered to meet the Government's requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B Destination), technical and past performance are more important that price. EVALUATIONS & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation is determined most advantageous to the government, cost and other factors considered. Each quote shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge and associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated by comparing descriptive literature against the salient characteristics. B) Delivery C) Warranty: Explain all details of the warranty. If an extended warranty is available explain details of extended warranty including price and availability after initial warranty expires. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerers will be responsible for downloading their own copy of those documents related to this procurement. Furnish quotes to Randa Plotner, Purchasing Agent, USDA/ARS/MWA, 1101 W. Peabody Drive, 180 NSRC, Urbana, IL 61801, no later than COB, April 9, 2010. Quotes and other requested documents may be provided by facsimile to 217-244-7703 if desired. Additional information may be obtained by contacting the Contracting Officer at 217-244-3262 or e-mail to randa.plotner@ars.usda.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MWAUrbana/AG-518P-S-10-A064/listing.html)
- Place of Performance
- Address: USDA/ARS/MWA/NADC, 1920 Dayton Ave., Bldg. 24, P.O. Box 70, Ames, Iowa, 50010, United States
- Zip Code: 50010
- Zip Code: 50010
- Record
- SN02105154-W 20100331/100329234649-21a698a694af788f81c811c20600aeaa (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 |