Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2014 FBO #4551
MODIFICATION

66 -- SamesSpots Single User Perpetual Site License

Notice Date
5/9/2014
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
RTPPODUS Environmental Protection Agency109 T.W. Alexander DriveMail Code: E105-02Research Triangle ParkNC27709USA
 
ZIP Code
00000
 
Solicitation Number
RFQ-RT-14-00025
 
Response Due
5/20/2014
 
Archive Date
6/19/2014
 
Point of Contact
Jacqueline Sayles
 
E-Mail Address
Sayles.Jacqueline@epa.gov
(Sayles.Jacqueline@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
PLEASE READ THIS ENTIRE 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 Subpart 12.6, as supplemented with additional information in this request. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The U.S. Environmental Protection Agency is issuing this acquisition as a Request for Quote (RFQ) under solicitation number RFQ-RT-14-00025. This procurement is being conducted as a simplified acquisition in accordance with FAR Part 13. The National American Industry Classification System (NAICS) code for this procurement is 511210 with a small business size standard of $35.5 million. The PSC Code is 6640. This requirement is an open-market full and open solicitation. This procurement is being conducted under Federal Acquisition regulations parts 12 and 13. The resultant contract will be a firm-fixed price purchase order. Items called for by this RFQ are identified in the synopsis/solicitation by a "brand name or equal" description. Such identification is intended to be descriptive, not restrictive, and to indicate the quality and characteristics of products that will be satisfactory. The Minimum Salient characteristics of the Progenesis SamesSpots Single User Perpetual Site License meet?s the Agency?s requirement to facilitate data processing, perform protein quantitation, and display the acquired proteomics data using a 2D protein gel electrophoresis system located in the Proteomics Research Core Unit. TotalLab Ltd is the manufacturer of the Progenesis SamesSpots Single User Perpetual Site License. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by the brand name) will be considered if such product is clearly identified in the quote and is determined by the EPA to fully meet the Minimum Salient characteristics of the above product. Unless the vendor clearly indicates in their quote that they are offering an "equal" product, the quote shall be considered as offering a brand name product referenced in this synopsis/solicitation. If the offeror proposes to furnish an "equal" product, the brand name of the product to be furnished shall be provided in the quote. If an "equal" item is being proposed, then the product specifications must be included with the quote to demonstrate that the proposed item is equal. Offerors are responsible for providing current specifications. All quotes will be considered. If requested by the EPA, each offeror shall submit a list of the Salient/Minimum characteristics he/she proposes. Minimum Salient Characteristics Software requirements essential to the minimum needs of the Government SamesSpots Single User Perpetual Site License or equal is required by the NHEERL Proteomics Research Core to facilitate data processing-perform protein quantitation and display the acquired proteomics data using a 2D protein gel electrophoresis system located in the Proteomics Research Core Unit. TotalLab Ltd., is the manufacturer of the SameSpots software. The specific requirements that are essential to the government are listed below in (1-9). These requirements must all be met by the protein 2D gel electrophoresis image analysis software. (1)The software automatically (minimal user?s participation) matches thousands of protein spots resolved and visualized on multiple 2D Western blot and 2D-DIGE gels Stock Code # 10-100-40. (2)It automatically corrects imperfections in gel images, such as: different gel size, gels tilted or stretched, a gel with ridges and spikes, protein spots clustered together with poorly defined edges. (3)Provides complete and accurate 2D gel spot matching and uses pixel-level alignment to automatically correct for the geometric distortions inherent in using 2D gels. (4)Speed of analysis of multiple 2D gel images: The software must be able to perform high resolution protein spot matching and relative protein quantitation using multiple 2D DIGE high resolution gel images and 2D Western blots despite image variability and gel imperfections (broken gels, stretch gels, clustered protein spots, artifact ridges on the image, artifact low volume spots, etc). The data analysis must be quick, straight forward, require little interaction with the software and minimal manual corrective actions despite the mentioned gel image imperfections. (5)The software must be able to exhibit a high degree of inter-laboratory reproducibility and objectivity to be able to fit in a QA/QC framework of a Core laboratory managing different projects and different users-collaborators. The 2D gel analysis software must have a proven, scientifically -demonstrated record showing its ability to deliver cross-laboratory reproducibility and objectivity whereby the data analysis results conducted by a novice user and an expert user are highly correlated [References 1-4 (or equal) illustrate this requirement]. (6)The 2D gel image analysis software must provide quality control features for proteomic data. The data processing workflow must start by identifying and reporting potential issues with image capture that can affect the final quality of results. The 2D gel image analysis software must include tools required to optimize gel images for analysis. The analysis workflow must include a review of normalization results and a CV plot to check if experimental variation is within the limits defined by the set QC requirements. (7)Flexibility of manual editing of the results. The software must allow a manual protein spot-outline editing that is then automatically propagated to the other matching gel images. All the other data processing stages: background subtraction, normalization and statistical analyses are to be re-applied automatically from a template. (8)A 2D gel image alignment will be saved as a template that can be applied to new experiments performed later for the purpose of gel spot-picking and mass spectrometry-based protein identification for the selected gel spots. This capability is crucial to linking and merging different data sets into one. (9) Flexibility of upgrades. Future software update releases can be added as full version updates. APPENDIX References 1.Albrecht D, Kniemeyer O, Brakhage AA and Guthk R, Proteomics 2010, 10, pages 1?10. 2.Reproducibility of 2D gel-based proteomics experiments. Dr. Hans Voshol, Novartis Institutes for BioMedical Research, Workshop for Proteomics Validation, HUPO 2008, 7th Annual World Congress. 3.A multi-laboratory study assessing reproducibility of a 2D-DIGE differential proteomic experiment. Borthwick A, Bech-Serra J-J, Colome N, Albar J-P, Wells M, Sanchez del Pino M, Canals F, Scientific poster presented at ABRF 2009 conference. 4.Silva E, O?Gorman M, Becker S, Auer G, Eklund A, Grunewald J and Wheelock AM, J Proteome Res. 2010 Mar 5;9(3):1522-32. Submission Instructions: Responses shall be submitted via electronic submission to Jacqueline Sayles at sayles.jacqueline@epa.gov. The due date for responses to this RFQ is on or before May 12, 2014, at 12:00 Noon Eastern Time. Responses must be marked as follows: "RFQ RFQ-RT-14-00025." All questions regarding this requirement must be submitted to Jacqueline Sayles via email, no later than Friday, May 8, 2014, by 12:00 Noon Eastern Time. Quotes shall include a point of contact (including phone number, fax number and email address), contractor DUN's number and TIN number. ALL QUOTES MUST BE VALID FOR 30 DAYS. Terms and Conditions: This RFQ incorporates the provisions and clauses that are in effect through Federal Acquisition Regulation Circular 2005-42. The provision at FAR Clause 52.211-6 Brand Name or Equal (Jan 2013); Clause 52.212-1 (Apr 2014), Instructions to Offerors and addendum are incorporated into this solicitation. Addendum to 52.212-1, Submission of offer(s) is to read as follows: "Submit offers electronically to sayles.jacqueline@epa.gov. Provision 52.212-2, Evaluation - Commercial Items and addendum are incorporated into this solicitation. Addendum to 52.212-2 (Jan 1999), Evaluation ? Commercial Items is to read as follows: (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical capability of the item offered to meet the Government requirement; Price; Technical and past performance, when combined, are more important than Price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. [End of provision] This requirement will be awarded to the offeror who represents the best value to the Government on the basis of technical and price being considered. Provision 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2013) is incorporated. Contractors may submit their online Representations and Certifications Application (ORCA) at the following government portal: http://orca.bpn.gov. Clauses 52.212-4 Contract Terms and Conditions-Commercial Items (Sep 2013), and 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jan 2014), apply to this solicitation. The following additional clauses under FAR 52.212-5 are applicable: 52.204-7, System for Award Management; 52.222-3, Convict Labor; 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; 52.225-13, Restrictions on Certain Foreign Purchases; 52.229-3, Federal, State, and Local Tax es; 52.232-1, Payments; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors; EPA-K-04-101 Representation By Corporations Regarding A Felony Conviction Under Federal Law Or Unpaid Federal Tax Liability; 52.252-2 Clauses Incorporated by Reference; EPAAR-1552.209-71, Organizational Conflicts of Interest; EPAAR 1552.211-79, Compliance with EPA Policies for Information Resources Management; EPA-H-09-107 Unpaid Federal Tax Liability & Felony Criminal Violation Certification; EPA-L-15-102 - Technical Questions; EPA-L-15-104 - Electronic Submission of Proposals/Bids/Offerors/Quotes; EPA-L-36-101 - Proposal Instructions; EPA-H-42-102 - Utilization of FedConnect for Contract Administration. System for Award Mangagement: The awardee shall be registered in the System for Award Management (SAM) database (https://www.sam.gov/portal/public/SAM/). Full text of the FAR provisions or clauses can be found and electronically accessed at: http://www.acqnet.gov/far and http://acquisition.gov/comp/far/index.html. Contracting Office Address: US Environmental Protection Agency Office of Research and Development 109 TW Alexander Drive Research Triangle Park, Durham, NC 27711 Place of Performance: NHEERL RTP Research Triangle Park, Durham, NC 27711 United States Primary Point of Contact.: Jacqueline Sayles, sayles.jacqueline@epa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/CMD/RFQ-RT-14-00025/listing.html)
 
Record
SN03361810-W 20140511/140509234156-d8e13e71b2a97e45e0344b3a921cfa12 (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.