Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2010 FBO #3123
SOLICITATION NOTICE

66 -- QST 7500 Real Time PCR System

Notice Date
6/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, NCTR-50 RM422 HFT-320, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
FDA1075135
 
Archive Date
7/3/2010
 
Point of Contact
Karen J. Moore, Phone: (870) 543-7479
 
E-Mail Address
karen.moore@fda.hhs.gov
(karen.moore@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
PART 1 DESCRIPTION THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6- STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS – AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES 13.5. The solicitation document and incorporated provisions and clause are those in effect through Federal Acquisition Circular 05-41. The associated North American Industrial Classification System (NAICS) code for this procurement is 334515. This is a RFQ for laboratory equipment. The Government intends to award a contract for brand name or equal as a result of this solicitation that will include the terms and conditions that are set in PART 3. PART 2 – SUPPLIES OR SERVICES AND PRICE/COSTS The FDA has a requirement for a QST 7550 Real Time PCR System Contract Type: Firm-Fixed Price Contract PART 3 – DESCRIPTION/SPECIFICATIONS/WORK STATEMENT The QST 7500 Real Time System is a multi-well, peltier plate base unit that is used in analyzing nucleic acid sequences accurately qualitatively and quantitatively. The QST 7500 utilizes an optical system that enables researchers the ability to access a broad range of fluorophores for longer wavelengths. Required Specifications: The following minimum specifications are required: 1.Rapid cycling Thermal Block 2.A minimum of a least five excitation filters; five emission filters and a CCD camera 3.An optical system that utilizes tungsten-halogen lamp excitation as a source 4.Temperature Range of 4 degrees C – 100 degrees C; Temperature accuracy of +/- 0.25 degrees C of set point/display temperature 5.System Software that allows for absolute quantitative, relative quantitation, allelic discrimination, isothermal and plus/minus assays and primer express software (enables for the customization of primers and probes). 6.System control unit – Laptop PART 4 – PACKING, MARKING AND SHIPPING All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. At a minimum, all deliverables shall be marked with the contract number and contractor name. The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition. PART 5 – INSPECTION AND ACCEPTANCE The Contracting Officer’s Technical Representative (COTR) will perform inspection and acceptance of materials and services provided. For the pupose of this PART (COTR) to be determined upon contract award) is the authorized representative of the Contracting Officer. FOB Point destination. To be delivered 30 days or less after receipt of order (ARO). Point of Delivery for Services and Supplies will be the Food and Drug Administration/National Center for Toxicological Research located at 3900 NCTR Road, Jefferson, AR 72079-9502. The provision at FAR 52.212-1 Instructions to Offerors – Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. The provision at FAR 52.212-2 Evaluation – Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the items/services offered to meet the Government’s requirement (ii) Past Performance (ii) Price. Technical and past performances, when combined, are equal when compared to price. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the products/services offered meets the Government's requirement. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product and/or services to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror, past record or meeting delivery schedules and service/maintenance reputation. The government reserves the right to make an award without discussions. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. The offer shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Government reserves the right to obtain information for use in the valuation from any and all sources including sources outside of the Government. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items with its offer or indicate certifications in ORCA at http://orca@bpn.gov. The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.225-3; 52.225-13 and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. The following additional provisions and/or clauses apply: 52.204-7. CCR Requirement – Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. It is the offeror’s responsibility to monitor the FedBizOpps website for any released amendments to the solicitation. A standard commercial warranty on parts and workmanship is required. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. Interested Contractors must respond with Quotes byt fax or email to the point of contact listed below on or before 18 June 2010 by 1:00 pm (Central Time in Jefferson, Arkansas) at the Food and Drug Administration/OAGS, ATTN: Karen Moore, 3900 NCTR Road, Jefferson, AR 72079-9502. For further information regarding this solicitation, please contact Karen Moore@(870)543-7479, FAX (870)543-7990, email: Karen.moore@fda.hhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA1075135/listing.html)
 
Place of Performance
Address: National Center for Toxicilogical Research, 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN02175322-W 20100613/100611234716-3de4bffc7c5fccc2ffc7b08323f83bde (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.