Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 5,1997 PSA#1860

DHHS, PHS, CDC, NIOSH, ALOSH, 1095 Willowdale Rd., Morgantown, WV 26505-2888

66 -- AUTO CAP SYSTEM OR EQUAL FOR THE MEASUREMENT OF IGE ANTIBODIES SOL 97-014 DUE 062597 POC Brenda Goodwin, 304/285-5882/Rex S. Wolfe, Jr. 304/285-5883 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN 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. This solicitation, Request for Proposal No. (RFP) 97-014, is being issued unrestricted. The Standard Industrial Classification is 3841 with a size standard of 500 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-46. Furnish to the National Institute for Occupational Safety and Health (NIOSH), Morgantown, WV, the following Contract Line Item 001 -- 1 EACH -Pharmacia Automated CAP System or functional equivalent for the measurement of IgE antibodies for the NIOSH research immunology laboratory. Specifications for automated instrument are: (1) Perform quantitative measurements of total IgE (Immunoglobulin E), specific IgE, and ECP (Eosinophil Cationic Protein) levels in undiluted serum or plasma using non-radioisotope labeled reagents; (2) Quantitative measurements of total IgE, specific IgE, and ECP must be comparable to measurements determined by Phadebas RAST(Radioallergosorbent Test), Phadebas PRIST (Paper Radioimmunosorbent Test), and Phadebas ECP; (3) Instrument components (computer, information management/data management software, autosampler, spectrophotometer, etc.) shall be flexible to permit incorporation of modified immunoassays currently in use in the laboratory and the development of additional research protocols; (4) Radioimmunoassays (RIAs) currently used in the NIOSH laboratory are being discontinued due to the unavailability of reagents- manufacturer's phasing out the production of radioisotope labeled assay reagents; and (5) System shall have the capacity to use readily available commercial allergens generally used in clinical allergy screens as well as esoteric allergens (i.e. occupational allergens) and mixed allergens (more than one allergen coated on a solid-phase). The most expanded allergen list currently available and used by this laboratory is from Pharmacia-Upjohn Diagnostics. The Government will evaluate based on F.O.B. Destination (Morgantown, West Virginia) and the requirements at FAR 52.214.21 "Descriptive Literature" apply. Information provided must demonstrate the unit's ability to meet the specification or your offer may be rejected. Offers will be evaluated first for technical acceptability, then, award will be made to the lowest price responsive, responsible offeror. The following FAR provisions apply to this RFP: FAR 52.212-1, "Instructions to Offerors -- Commercial Items"; 52.212-4, "Contract Terms and Conditions -- Commercial Items"; and 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items." The following FAR clauses cited in Clause 52.212-5 are also applicable to this acquisition: 52.222-3 "Convict Labor"; 52.233-3 "Protest After Award"; 52.222.26 "Equal Opportunity"; 52.222-35 "Affirmative Action for Special Disabled and Vietnam Era Veterans"; 52.222-36 "Affirmative Action for Handicapped Workers"; 52.222-37 "Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era"; 52.225-3 "Buy American Act -- Supplies"; 52.225-18 "European Community Sanctions for End Products." Proposals are due June 25, 1997 at 2:00 p.m. local prevailing time. Fascimile submissions are not authorized. Proposals should be submitted as follows: (1) one original of a completed SF 1449, signed by an individual authorized to bind the organization; (2) a Schedule of offered Supplies/Services and Pricing for the system being offered; (3) completed Representations and Certifications -- Commercial Items, FAR 52,212-3; (4) descriptive literature for evaluation purposes; (5) acknowledgment of amendments, if any; and (6) exceptions to RFP. Submit to: DHHS, PHS, CDC, NIOSH, ALOSH, Attn: Brenda Goodwin, 1095 Willowdale Road, Morgantown, WV 26505 Offers that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Award of a contract will be made on or before June 30, 1997. Information regarding this notice can be obtained from Rex S. Wolfe, Jr. at (304)285-5883 or by fax at (304) 285-6083. All responsible sources may submit a response, which shall be considered by the Agency. (0154)

Loren Data Corp. http://www.ld.com (SYN# 0388 19970605\66-0010.SOL)


66 - Instruments and Laboratory Equipment Index Page