|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 2,1998 PSA#2107DHHS, PHS, CDC, NIOSH, ALOSH, 1095 Willowdale Rd., Morgantown, WV
26505-2888 66 -- LASER CAPTURE MICRODISSECTION SYSTEM SOL RQ98-020 DUE 062498 POC
Brenda Goodwin, 304/285-5882/Contracting Officer, Rex S. Wolfe,
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; BIDS ARE BEING
REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This
solicitation is issued as Request for Proposal No. RQ98-020. This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-4. The request for
quotation is being issued unrestricted under Standard Industrial
Classification Code 3841 with a size standard of 500 employees.
Delivery is required no later than 30 days after receipt of order.
Offers shall be submitted for one each of the following items (Arcturus
or functionally equivalent) products which meet the specifications
below: (CLIN 001) 1 EACH, PXL-100, PIXCELL Laser Capture
Microdissection (LCM) System (includes 4 boxes of transfer film); and
(CLIN 002) 1 EACH, ARC-100, PIXCELL Image Archiving Workstation
(includes factory- installed ACR 100 software). If any discounts apply
they should be included in your offer. SPECIFICATIONS FOR LASER
CAPTURE MICRODISSECTION SYSTEM: -- The Government desires a laser
dissection system for our molecular cytogenetic research to include
equipment capable of dissecting areas as small as a few cells. -- The
system must have a hermetically sealed transfer film carrier vacuum
hold for clipless slide handling and hands-free transfer film handling
mechanics to assure that the sample remains sterile. The system must
be able to remove a sample from a glass slide. The slide with the
mounted tissue must be held in place with vacuum rather than clips to
avoid contamination from slide to slide. The system must have an
infrared laser with digital output power control, digital output pulse
length control, with a push-button laser capture control. The ability
to control the pulse length and the output power over a wide range is
important to allow removal of the desired cells without damaging the
sample. The minimum range acceptable for laser output power is from 0
to 100mW. The infrared laser is superior because these wavelengths can
remove tissue without damage to the sample. Ultraviolet lasers will
damage not only the cells being dissected but also the surrounding
tissue. The morphology of the dissected cells must be preserved and be
non-damaging to surrounding tissue. Push button operation is desired
to make the process rapid to avoid degradation of frozen samples. --
The microscope must be a high resolution with a cross-hair pattern in
the eyepieces to help center the area to be removed. The resolution of
the microscope should be sufficient to view objects of one micron in
diameter. -- The system must have at least a 233 MHZ Pentium P2
processor, PCI chipset 82430HX, 512 Pipeline burst external, processor
cache, 4.3 GB EIDE hard disk drive, 3.5, 1.44 MB floppy disk drive,
12-24X EIDE CD-ROM drive, 3 COM Etherlink 10/100 TX adapter network
card, Matrox Millenium 8MB video card with at least 64 MB RAM for
sufficient power to operate the system. The software must be windows
based and capable of step-by-step image archiving of entire laser
capture microdissection process. The software must be capable of remote
laser activation, generation of TIF and JPEG images and display of
thumbnail images and text file documentation of each microdissection
session. The system shall include at least a one year warranty and 90
days on the laser. EVALUATION FACTORS: Offers will be evaluated on
their ability to meet or exceed the stated specifications and
demonstrated past performance on contracts of similar size and
complexity to this requirement Technical proposals and cost or price
are approximately equal in importance. The Government intends to make
a single award to the responsible offeror whose proposal conforms to
all requirements of the solicitation and is considered the best value
to the Government. Offers shall be proposed based on F.O.B. DESTINATION
(Morgantown, West Virginia) and the requirements at FAR 52.214.21
"Descriptive Literature" apply. Information provided must clearly
demonstrate that all items offered meet or exceed the salient features
stated or your offer may be rejected. The following FAR provisions
apply to this solicitation: 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. Additionally, the
following FAR clauses cited in Clause 52.212-5 are also applicable to
this acquisition as follows: 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." Facsimile submissions
are not authorized. SUBMIT THE FOLLOWING TO: DHHS, PHS, CDC, NIOSH,
ALOSH, Attn: Brenda Goodwin, 1095 Willowdale Road, Morgantown, WV
26505: (1) original and two copies of a completed SF 1449, signed by an
individual authorized to bind the organization; (2) Pricing Schedule
for each contract line item and a delivery schedule for each; (3)
descriptive literature and other information demonstrating compliance
with specification for evaluation purposes; (4) completed
Representations and Certifications -- Commercial Items, FAR 52,212-3;
(5) Past performance information (include names and addresses of
Company/ Government Agency, name and telephone numbers of customer
contacts along with contract number, and description of work performed
with your offer.) and (6) acknowledgment of solicitation amendments,
if any. Offers that fail to furnish the required information, or reject
the terms and conditions of the solicitation may be excluded from
consideration. Information regarding this notice can be obtained from
Brenda Goodwin at (304)285-5882 or by fax at (304) 285-6083. All
responsible sources may submit a response, which shall be considered by
the Agency. (0149) Loren Data Corp. http://www.ld.com (SYN# 0304 19980602\66-0012.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|