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