Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2010 FBO #3133
SPECIAL NOTICE

66 -- Intent to Award to Beckman Coulter for Biomek FXp Dual Arm Liquid Handling Workstation

Notice Date
6/21/2010
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area, Area Office, 1815 N. University Street, Peoria, Illinois, 61604, United States
 
ZIP Code
61604
 
Solicitation Number
AG-5114-S-10-BB21
 
Archive Date
7/16/2010
 
Point of Contact
Georgetta C Stonewall, Phone: (309) 681-6624, Rebecca A. Holzinger, Phone: 309-681-6616
 
E-Mail Address
georgetta.stonewall@ars.usda.gov, becky.holzinger@ars.usda.gov
(georgetta.stonewall@ars.usda.gov, becky.holzinger@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation, Notice of Intent. The Midwest Area for the Agricultural Research Service of the United States Department of Agriculture intends to issue an award to Beckman Coulter, Inc., 250 South Kraemer Blvd., Brea, CA 92822-8000. This is a sole source procurement under the authority of FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. This is a requirement of the National Animal Disease Center (NADC), MWA, ARS, USDA at Ames, IA is for the vendor to provide a Biomek FXp Dual Arm Liquid Handling Assay Workstation. The FXp workstation configuration must include a dual arm-- FX96-channel disposable tip 96 well head and a Span-8 system-- and accessories for sample delivery and processing. The researches diverse assays and technique applications include nucleic acid processing, immunoassays, bacteria, and tissue culture and require compatible and completely integrated: a) gripper to move plates and labware around the deck and to /from active incubator (de-lid and re-lid abilities); b) variable temperature (-4 to 50 degrees C) incubator with CO2 control and capable of handling shaken (100-1200 rpm)/static microtiter plates; b) DTX 880 multimode detector for on deck fluorescence and absorbance measurements (UV and visible: 230-750 nm); c) integrated peltier heated block for maintaining plate temp during sample handling; d) automated on deck plate detection and plate washing for cell-based protocols (ELx405 plate washer). The system must have versatility to substitute alternative podheads for future applications. For large throughput assays, the liquid handler must be able to stack microtiter plates four high on each deck position with total microplate processing capacity on the deck of 36 or more plates. Liquid handler must support automation of various Agencourt nucleic acid chemistry kits. System software must support real and simulated methods and be completely integrated / compatible with incubator and microtiter plate reader monitoring, barcode sample tracking, and recording of data during operations. Software must support various pipeting functions, including aliquot delivery and blowout functions. For ease of use, operations software must be icon based. User safety is an essential consideration and the system must be equipped with a laser light curtain to automatically pause system and side panels for operator protection. Interested parties should submit written (mail or email) responses including prices and technical data sufficient to determine capability to meet the entire requirement and must be received in this office within 10 calendar days after publication of this notice. It should be noted that no contract will be awarded on the basis of offers received in response to this notice, but will be used to determine if a comparable source more advantageous to the Government is available. If no affirmative written responses are received, negotiations will be held with Beckman Coulter, Inc. without further notice. This acquisition is being conducted under the Federal Acquisition Streamlining Act, Simplified Acquisition Procedures. SOLE SOURCE JUSTIFICATION: Upon the basis of the following justification, I, as Contracting Officer, hereby approve the use of other than full and open competition for the proposed contractual action pursuant to the authority of 10 U.S.C.2304(c)(1), FAR Subpart 6.302-1(a)(2)(iii), Only one responsible source and no other supplies or services will satisfy agency requirements. JUSTIFICATION 1. Agency and Contracting Activity (FAR 6.303-2(a)(1)). USDA, AGRICULTURAL RESEARCH SERVICE, Midwest Area, Procurement & Property Section 2. Nature/Description of Action(s) (FAR 6.303-2(a)(2)). This contracting action is to obtain a Biomek FXp Dual Arm Liquid Handling Workstation and accessories. 3. Description of Supplies/Services (FAR 6.303-2(a)(3)). The equipment required is a Biomek FXp Dual Arm Liquid Handling Assay Workstation. The FXp workstation configuration must include a dual arm-- FX96-channel disposable tip 96 well head and a Span-8 system-- and accessories for sample delivery and processing. Our diverse assays and technique applications include nucleic acid processing, immunoassays, bacteria, and tissue culture and require compatible and completely integrated: a) gripper to move plates and labware around the deck and to /from active incubator (de-lid and re-lid abilities); b) variable temperature (-4 to 50OC) incubator with CO2 control and capable of handling shaken (100-1200 rpm)/static microtiter plates; b) DTX 880 multimode detector for on deck fluorescence and absorbance measurements (UV and visible: 230-750 nm); c) integrated peltier heated block for maintaining plate temp during sample handling; d) automated on deck plate detection and plate washing for cell-based protocols (ELx405 plate washer). The system must have versatility to substitute alternative podheads for future applications. For large throughput assays, the liquid handler must be able to stack microtiter plates four high on each deck position with total microplate processing capacity on the deck of 36 or more plates. Liquid handler must support automation of various Agencourt nucleic acid chemistry kits. System software must support real and simulated methods and be completely integrated / compatible with incubator and microtiter plate reader monitoring, barcode sample tracking, and recording of data during operations. Software must support various pipeting functions, including aliquot delivery and blowout functions. For ease of use, operations software must be icon based. User safety is an essential consideration and the system must be equipped with a laser light curtain to automatically pause system and side panels for operator protection. 4. Identification of Statutory Authority (FAR 6.303-2(a)(4)). 10 U.S.C. 2304 (c)(1), FAR Subpart 6.302-1. The services required by the agency are available from only one responsible source and no other type of services will satisfy the Agency requirements. 5. Demonstration of Contractor's Unique Qualifications (FAR 6.303-2(a)(5)). a. Only one responsible Source and No Other Supplies or Services will satisfy Agency Requirements (FAR 6.302-1(a)(2)) (1) FAR 6.302-1(a)(2) states, "When the supplies or services required by the agency are available from only one responsible source, or for DOD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided for." (2) The named vendor is the producer of proprietary and patented technology relative to the Biomek workstation. SILAS integration softwares for Cytomat 2C450 shaking incubator, ELx405 plate washer, and DTX880 plate reader are available only through this company. 6. Federal Business Opportunities - FedBizOpps.gov (FBO) Announcement/Potential Sources (FAR 6.303-2(a)(6). a. A Federal Business Opportunities (FedBizOpps) synopsis is published in an attempt to identify other possible vendors of the required equipment that can produce the same results. b. USDA/ARS does not anticipate other qualified sources; however, should any responses be received, they will be evaluated to determine if they can meet future needs of the Government. 7. Determination of Fair and Reasonable Cost (FAR 6.303-2(a)(7). After a thorough web search, no other suppliers were located that could supply equipment with the versatility, sensitivity, and safety features necessary for the research being performed. 8. Description of Market Research (FAR6.303-2 (a)(8). The market research that was performed showed no alternate sources at this time that could meet the scientific research needs and provide the assay versatility, sensitivity, integrated analyses/systems control needed. 9. Any Other Supporting Facts (FAR 6.303-2(a)(9)) Due to the proprietary nature of the item needed to perform the research, at this time there is only one source available. 10. Listing of Interested Sources (FAR 6.303-2(a)(10). No other sources are available at this time. 11. Actions Taken to Remove Barriers to Competition (FAR 6.303(a)(11)). Vendor surveys are done from time to time to see if other existing items can meet the research requirements. Scientists have tested other similar products but no similar results can be guaranteed. 12. Technical Requirements and Certifications; (FAR 6.303-1(b) and FAR 6.303-2(b) I certify that the facts and representations under my cognizance which are included in this justification and which form a basis for this justification are complete and accurate. CONTRACTING OFFICER CERTIFICATION: (FAR 6.303-1(A), 6.303-2(A)(12) I certify that this justification is accurate and complete to the best of my knowledge and belief. Name: Rebecca A. Holzinger Title: Procurement Assistance Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-5114-S-10-BB21/listing.html)
 
Place of Performance
Address: USDA-ARS-MWA-NADC, 1920 Dayton Avenue, Bldg 24, Ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN02183049-W 20100623/100621234623-5a0069fc068d6e755ffa00972a054f3f (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.