Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2012 FBO #3837
SOLICITATION NOTICE

66 -- DNA Automated Extraction System

Notice Date
5/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
 
ZIP Code
20535
 
Solicitation Number
RFQ0744124654
 
Archive Date
6/13/2012
 
Point of Contact
Jerry Varnell, Phone: (703) 632-7500
 
E-Mail Address
jerry.varnell@ic.fbi.gov
(jerry.varnell@ic.fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Interested parties are responsible for monitoring this site to ensure they have the most up to date information about this acquisition. The Request for Quote number is RFQ0744124654. The NAICS Code for this requirement is 334516 - Analytical Laboratory Instrument Manufacturing; the size standard is 750 employees. The resultant contract will be a firm-fixed price contract. This RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-58. This requirement will be awarded on an all or none basis as a commercial item, fixed price purchase order under the procedures at FAR Parts 12 and 13. This RFQ is for Brand Name or Equal in accordance with FAR Provision 52.211-6 (Aug 1999). Substitute brands may be provided if they perform the same function. If an equal item is proposed specs must be included with the quote to show that it is an equal item. Quotation shall provide a point-by-point comparison to each item listed in the technical requirements. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. All bidders that fail to comply with these instructions will be considered not responsive and not considered for award. No partial quotes will be considered. No partial awards will be made. The Federal Bureau of Investigation requires the following items: Line 001, P/N 9001297, QIASymphony SP, 1, EA; Line 002, P/N 9240372, QIASymphony SP Installation, 1, EA; Line 003, P/N 931436, QIASymphony Investigator Kit (192), 15, EA; Line 004, P/N 997002, Sample Prep Cartridges, 8-well (336), 6, EA; Line 005, P/N 997004, 8-Rod Covers (144), 3, EA; Line 006, P/N 997024, Filter-Tips, 1500 µl (1024), 7, EA; Line 007, P/N 990332, Filter-Tips, 200 µl (1024) 4, EA; Line 008, P/N 9242507, QIASymphony SPAS, Full Agreement, 1, EA; Line 009, P/N 9242716, Validation Support, 5d, QIASymphony, 1, EA. Technical Specifications: • QIASymphony SP: o Must be able to process 1-96 samples in batches of 24 with sample volumes up to 1ml; o Input Volume: 100-1000 µl (application/protocol dependent); o Elution Volume: 50-400 µl (application/protocol dependent); o Dimensions: 128 x 73 x 103 cm; o Weight: 175kg; o Technology: Qiagen magnetic-particles chemistry o Processing: Automated; o Power: 100-240 VAC, 50-60 Hz, 800VA, mains supply voltage are not to exceed 10% of nominal supply voltages; o Operating Temperature: 15-32°C o Humidity: Relative humidity of 15-75% o Altitude: Up to 2000 m o Storage temperature: 5-40°C in manufacturer's package o Pollution Level: 2 o Overvoltage Category: II • QIASymphony SP Installation: o Must cover the hardware and software installation of the QIASymphony instrument and provide user with an introductory training. The installation must include labor and travel cost. The performance of the installation process must be documented on a GMP/GLP-compliant Field Service document; • QIASymphony SPAS Full Agreement: o Repair service delivery onsite; o Service response time, 48 hours/2 business days; o Periodic inspection/maintenance, 1/agreement year; o Inspection/maintenance delivery, onsite; o Repair parts Cost, full coverage; o Labor Cost, full coverage; o Travel Cost, full coverage; • Validation Support, 5d, QIASymphony: o Includes all travel and labor charges for a site visit up to 5 days by a Qiagen Applications Specialist; o Qiagen Specialist must provide an introductory training seminar about the QIASymphony system and the DNA Investigator silica chemistry utilized in the process, review the Handbook and User Manual, as well as hands-0n user training and QIASymphony unit operation; o Accelerated Validation must include guidance on the laboratory's validation experimental design, internal validation documentation support, and Qiagen sponsored data templates. FOB Destination: FBI Laboratory, 2501 Investigation Parkway, Quantico, VA 22135. The contractor shall extend to the Government full coverage under a normal commercial warranty. Acceptance of the warranty does not waive the Governments rights with regard to the other terms and conditions of this contract. The warranty period shall begin upon final acceptance of all items provided to the government by the Contractor. FAR Clauses and Provisions applicable to this acquisition can be obtained from the website, http://www.acqnet.gov. The following clauses and provisions are incorporated by reference and apply to this acquisition: FAR 52.211-6, Brand Name or Equal (Aug 1999); FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008); 52.212-2, Evaluation - Commercial Items (Jan 1999) - The following factors shall be used to evaluate offers: Low Price Technically Acceptable. 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2011) (Please note: all offerors and prospective contractors must be registered with the Online Representations and Certifications Applications (ORCA) website at http://orca.bpn.gov or must provide a completed copy of 52.212-3 with their quotation); 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010), 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Aug 2011), applicable clauses under 52.212-5 include: (a); (b); (1); (4); (6); (10); (12); (14) (20); (21); (22); (24); (25); (26); (27); (28); (33); (34); (37); (42). Addendum to 52.212-1, Modify (b) Submission of Offers to read as follows: Quotes shall be submitted by email to Mr. Jerry Varnell, Contract Specialist, Jerry.Varnell@ic.fbi.gov ; no later than Tuesday, May 29, 2012, 08:00 am Eastern Standard Time (EST). Quotes shall be clearly marked RFQ0744124654. Offerors are hereby notified that if their quotes are not received by the date, time and location specified in this announcement, it will not be considered by the agency. Telephone request will not be considered. The awardee shall be registered in the Central Contractor Registration databases as required under FAR 52.204-7 (Apr 2008) prior to receiving an award. Information concerning CCR requirements may be accessed at http://www.ccr.gov or by calling the CC Registration Center at 1-888-227-2423
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFQ0744124654/listing.html)
 
Place of Performance
Address: FBI Laboratory, 2501 Investigation Parkway, Quantico, Virginia, 22135, United States
Zip Code: 22135
 
Record
SN02759257-W 20120527/120525235312-c7505df463d063a05fb633dcea21cb7a (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.