|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 31,1997 PSA#2002DIRECTOR, USAMRAA, 820 CHANDLER ST, FORT DETRICK MD 21702-5014 66 -- SEQUENCE ANALYSIS SYSTEM SOL DAMD17-98-Q-0003 DUE 011298 POC
Contract Specialist Sherry D. Regalado (301) 619-2376 Contracting
Officer George J. Bauman, Jr. (301) 619-2369 (Site Code DAMD17) The
U.S. Army Medical Research Acquisition Activity has a requirement for
a additional instrumentation that will double the capacity of existing
equipment for providing drug resistance data to physicians. The
current instrumentation being utilized is a GeneChip Sequence Analysis
System. The Army intends to negotiate with Affymetrix Inc., 1145
Sonora Court, Sunnyvale, CA 94086 as the only one responsible source.
This notice is not a request for competitive proposals. See Note 22.
This requirement is a combined sole source synopsis/solicitation for
Commercial Items (CI) prepared in accordance with the format in the
Federal Acquisition Regulation (FAR 12.6, as supplemented with
additional information included in this notice). This announcement
constitutes the only solicitation and a written solicitation will not
be issued. The Government contemplates a firm fixed price award. A
response from Affymetrix is being requested and a written solicitation
will not be issued. Affymetrix shall satisfy this requirement by
providing the following items: One (1) each Genechip Sequence Analysis
System, Part No. 900135; two (2) each Genechip Fluidics Station 400,
Part No. 800101; one (1) each Genechip Sequence Analysis Workstation,
Part No. 800113. The foLlowing Salient Characteristics and features
representative of the Government's needs shall be met. The Genechip
Sequence Analysis System shall: A. Employ GeneChip probe array that
combines solid phase chemical synthesis with photolithographic
fabrication techniques; B. Shall have the capability of scanning high
density arrays of the HIV-1 virus sequences which can be assessed
simultaneously through automated con-focal argon laser interrogation;
C. Image processing software shall be capable of processing information
from the high density arrays within 30 minutes; D. Shall use a liquid
based, hybridization technology in a fully automated fluidics station;
E. GeneChip software shall be capable of interactively gathering
experimental information from the operator via dialog boxes; F.
GeneChip software shall be capable of generating real time image of
fluorescence intensity information from the probe array and storing it
in a raw data file; G. The technology shall be amenable to deployment
in the Government laboratory facility and of sufficient flexibility as
to be utilized by Government scientists on site. The Goverment will not
accept a service arrangement for the implementation of high density DNA
genomic analysis. H. The protocols developed and validated by
Government laboratories are unique to the Affymetrix system and are the
intellectual property of the Government. Over 100 clinical samples from
HIV-1 infected military health care beneficiaries have been studied
thus far. A clinical protocol, cleared by scientific review and human
use Tri-Service approval is in place which specifies the use of the
Affymetrix platform for the assessment of anti-viral drug therapy for
HIV-1 infected persons; therefore, the supplied system shall produce
the exact results under the existing clinical protocol in the existing
on-going study; I. Since the Government has already expended a large
amount of time and expense perfecting the application of the Affymetrix
technology with existing instrumentation, the new equipment shall allow
for the expansion of the throughput of the operation and be totally
compatible with the existing platform so as not to corrupt existing
data under the protocol in use; J. The technology provided shall allow
for a parallel manufacturing process that enhances data
reproducibility and be unmatched in achieving economy of time and
scale; K. The technology provided shall allow for identification of
single base pair mutations that indicate resistance to anti-viral
drugs. L. Technology provided shall have the capability of wide
scanning capability for interpreting the data from a high resolution
chip and speed up the process of single base mutation analysis 100 fold
over acrylamide based sequence systems; M. The fluidics station shall
automate the hybridization process, contolling and standardizing time,
temperature and stringency of wash steps to assure sample to sample
consistency; N. A single workstation shall be available for use by
several scientists and technical staff with a minimum of training; O.
Real time assessment of a data collection event is required to allow
the operator to evaluate directly, the quality of the data being
generated from the clinical specimen and to abort poor runs. Any
interested offeror may identify their interest and capability to meet
the Government requirement by submitting a capability statement with
must contain sufficient information and detail for the Government
personnel to determine if the type of products proposed meets the
Government's needs based upon the characteristics described herein. All
capability statements must be received by 12 January 1998 close of
business 4:00 PM local time. Warranty shall be for a period of one
year. Delivery shall be FOB Destination within 150 days after receipt
of order. This solicitation incorporates the provisions at FAR
52.212-1, INSTRUCTIONS TO OFFEROR-COMMERCIAL ITEMS and at FAR 52.212-3,
OFFEROR REPRESENTATIONS & CERTIFICATIONS-COMMERCIAL ITEMS. The latter
provision includes the DUNS NUMBER ADDENDUM. The resulting order will
incorporate the requirements of the clause at FAR 52.212-4, CONTRACT
TERMS & CONDITIONS -- COMMERCIAL ITEMS & the requirements contained in
paragraphs (a) & (d) of the clause at FAR 52.212-5, CONTRACT TERMS &
CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS
COMMERCIAL ITEMS -- DEVIATION FOR SIMPLIFIED ACQUISITIONS. The contract
will also incorporate certain clauses cited in paragraphs (b) & (c) of
the clause at FAR 52.212-5. All capability statements submitted must
include a completed copy of FAR 52.212-3, OFFEROR REPRESENTATIONS &
CERTIFICATIONS -- COMMERCIAL ITEMS with their offer. These
representations and certifications must be signed by an authorized
representative of the offeror. Full text copies of these
representations & certifications or other cited provisions and clauses
may be obtained from Sherry Regalado, (301) 619-2376 or by fax on
(301) 619-3002. Please cite the solicitation number on your proposal.
See Note 22. (0359) Loren Data Corp. http://www.ld.com (SYN# 0134 19971231\66-0001.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|