Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2010 FBO #3120
SOLICITATION NOTICE

66 -- GEN III Omnilog II Combo Plus System

Notice Date
6/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, DO-ATL HFR-SE1, Crawford & Annex I-60, Atlanta, Georgia, 30309, United States
 
ZIP Code
30309
 
Solicitation Number
1074605
 
Archive Date
7/1/2010
 
Point of Contact
Thomas M Dumas, Phone: 404-253-1253
 
E-Mail Address
thomas.dumas@fda.hhs.gov
(thomas.dumas@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 Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 1074605 and is issued as a Request for Quote (RFQ). Quotations are due (7) days from the publication date of this synopsis or 16 June 2010, by 3:00 p.m. EST, local prevailing time in Atlanta, GA at the Food and Drug Administration, ATTN: Thomas Dumas, 60 8th St., NE, Atlanta, GA 30309. The quotation must reference solicitation number1074605. The offers are due in person, by mail, email or fax. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41, effective May 13, 2010. The associated North American Industry Classification System (NAICS) code is 325413 – In-Vitro Diagnostic Substance Manufacturing and business size is 500 employees. The DHHS FDA Office of Acquisitions and Grants Services requires the following items, Brand Name or Equal to the following: (1) GEN III Omnilog II Combo Plus System – p/n 94391 (qty 1 ea) to include at no charge 21203D GEN II ML3 Software (1 ea), 22605D YT Database for Yeast Bacteria (1 ea), 22607D AN Database for Anaerobic Bacteria (1ea), 22623D DP Combination Database for Dangerous Pathogens (1ea) and 22730D GEN III Database GN & GP for both gram-negative and gram-positive bacteria (1ea). • The instrument must be able to correctly identify aerobic and anaerobic bacteria, yeasts, and filamentous fungi from animals, animal feeds, human food samples, and environ mental samples. The instrument also must provide extensive biochemical phenotype of anaerobic and aerobic bacteria, yeasts, filamentous fungi, and in vitro cell cultures infected with these organisms. The instrument system must include these necessary components: • sample preparation for inoculation of panels designed for identification of anaerobic and aerobic bacteria, yeasts, and filamentous fungi; • simultaneous incubation and continuous monitoring of growth of microorganisms in the identification and phenotype panels; • ability to incubate and monitor up to 50 panels simultaneously at temperatures ranging from 22 to 45°C; • detect and record biochemical changes in identification panels to create a profile of each microorganism; • match the biochemical profile of each microorganism to databases containing the biochemical profiles of Gram positive bacteria, Gram negative bacteria, anaerobic bacteria, yeasts, and filamentous fungi so the microorganism can be identified; • databases must contain extensive data on microorganisms from animals, feeds, and the environment as well as microorganisms isolated from humans; • allow creation of user defined databases of microorganisms which are not able to be identified by the existing databases; • Storage of identification and phenotype data in an electronic format with ability to export data for use with other third party software for analysis and reporting; • Data analysis software must be capable of comparing samples by overlaying growth curve results and selecting differences in growth patterns among several strains of microorganisms. • Data management software must have self-diagnostic capability. • Data management software must be able to perform cluster analysis and allow the user to compare the identification presented by the system to other patterns in the database, including the user defined databases. • Automatically perform extensive biochemical phenotype arrays of anaerobic and aerobic bacteria, yeasts, filamentous fungi, and cell cultures infected with these organisms. • Data management software for the phenotypic arrays must provide linkage to KEGG (Kyoto Encyclopedia of Genes and Genomes) for each biochemical test and groups of biochemical tests for use in further data analyses by the user. (2) FF Database for Filamentous Fungi – p/n 22606D (qty 1 ea). (3) Shipping The following FAR clause applies to this solicitation and is incorporated by full text: 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation. (b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must— (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by— (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) EVALUATION AND AWARD: The Government intends to evaluate proposals and, if necessary conduct discussions with all responsible offerors within the competitive range. The award will be made to the offeror whose proposal conforms to the terms and conditions of the solicitation and award may be made to other than the lowest priced or the highest technically rated offer. Relative importance and trade-offs. The Government will base the determination of best value on performance, and the other evaluation factors identified elsewhere in this solicitation. The determination of best value also considers the relative importance of the evaluation factors. All evaluation factors when combined are approximately equal to cost and price. The technical quotations will receive paramount consideration over cost and past performance; however, cost will be evaluated for price reasonableness. The Government reserves the right to make its decision on the basis of initial quotations received and not have discussions. Therefore, each initial quotation should contain the offeror’s best terms from both a price and technical standpoint. Offerors shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offerors equipment. The Government is not responsible for locating or securing any information, which is not identified in the proposal. Offerors must include a complete copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items with its offer. Applicability of FAR PROVISIONS: THE FOLLOWING FEDERAL ACQUISITION REGULATION (FAR) PROVISIONS AND CLAUSES APPLY TO THIS REQUEST FOR QUOTES AND ARE INCORPORATED BY REFERENCES: 52.212-1, INSTRUCTIONS TO OFFERORS—COMMERICAL, 52.212-4 CONTRACT TERMS AND CONDITIONS—COMMERCIAL ITEMS (MAR 2009). 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (April 2010); THE FOLLOWING CLAUSES ARE APPLICABLE: 52.219-6; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.222-50; 52.225-1; 52.225-3; 52.225-13, AND 52.232-33. FULL TEXT OF CLAUSES AND PROVISIONS CAN BE OBTAINED AT http://www.acquisition.gov CCR Requirement – Offeror’s must be registered in the Central Contractor Registration (CCR) before an award can be made. If offeror’s are not registered in CCR, they may do so by accessing the CCR web site at: http:www.ccr.gov. A standard commercial warranty on parts and workmanship is required. The Defense Priorities and Allocation System (DPAS) and assigned are not applicable to this solicitation notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1074605/listing.html)
 
Place of Performance
Address: FDA, 8401 Muirkirk Road, Laurel, Maryland, 20708, United States
Zip Code: 20708
 
Record
SN02171091-W 20100610/100608234832-64d5c1332523126c83e215c2d9bd9fdc (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.