Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 25, 2001 PSA #2879
SOLICITATIONS

W -- LEASE OF A SEQUENOM MASS ARRAY SYSTEM

Notice Date
June 21, 2001
Contracting Office
National Institute on Drug Abuse, Division of Intramural Research, PO Box 5180, Baltimore, MD 21224-0180
ZIP Code
21224-0180
Solicitation Number
NIDA-01-LWJ-004
Response Due
August 6, 2001
Point of Contact
Lesley W. Johnson 410-550-1693
E-Mail Address
Lesley Johnson (lj6f@nih.gov)
Description
This is a combined synopsis/solicitation to acquire equipment by lease or purchase prepared in accordance with the format in FAR subpart 7.4 as supplemented with additional information included in this notice. This notice constitutes the only solicitation; Quotations (RFQ) are being requested and a written solicitation will not be issued. This solicitation is being issued as Request for Quotation number NIDA-01-LWJ-004. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitions Circular 97-15. NAICS Code 421490 and the size stand is 100 employees. Contractor to provide the following items: Lease of a MassARRAY System; System includes: SpectroReader Bioflex array mass spectrometer for separations, detection and characterization of the analyte molecules from a miniaturized array configured with a 10-chip MALDI target; SpectroPREP -- an automated 96-channel multipipettor supporting 384 format microplates; SpectroJET -- 4-channel dispenser for nanoliter sample transfer (from microtiter plate to SpectroCHIP); SpectroTYPER -- Data management interpretation tools including Workstation (server hardware) and Oracle-based allele calling software. The evaluation of quotes and the determination as to equality of the product shall be the responsibility of the Government and shall be based on information provided by the vendors. The Government is not responsible for locating or securing any information, which is not identified in the quotation and reasonable to the purchasing activity. To insure that sufficient information is available the vendor must furnish as part of their quote all descriptive material necessary for purchasing activity to determine whether the products meet all salient characteristics of this requirement. The Government will award to the responsible offeror whose offer conforms to this solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers the ability to meet the technical requirements, past performance, and price. Technically acceptable offer must show the offeror can meet the requirements of the Government. Items are to be quoted FOB Destination and delivery shall be made to: NIH-NIDA, 5500 Nathan Shock Drive, Bldg. C Rm. 130, Baltimore, MD 21224. The following FAR provisions and clauses apply to this solicitation: 52.212-1 Instructions to Offerors-Commercial, 52-212-3 Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, and 52.212-5 Contract Terms and Conditions including clause incorporated by reference under section (b), 52.207-5 Option to Purchase Equipment; This procurement is 100% small business set-aside and will follow simplified acquisitions procedures in FAR Part 13. All quotes shall be received by August 6, 2001 at 3:00 P.M. local time. Faxed quotes will be accepted at 410-550-3146. All responsible sources will be considered.
Record
Loren Data Corp. 20010625/WSOL002.HTM (W-172 SN50P6B9)

W - Lease or Rental of Equipment Index  |  Issue Index |
Created on June 21, 2001 by Loren Data Corp. -- info@ld.com