Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 7, 2001 PSA #2931
SOLICITATIONS

59 -- INSTANT IMAGER ELECTRONIC AUTORADIOGRAPHY SYSTEM

Notice Date
September 5, 2001
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, IL, 61604
ZIP Code
61604
Solicitation Number
101-CCRU-006
Response Due
September 26, 2001
Point of Contact
Jerry King, Contracting Specialist, Phone 309-681-6624, Fax 309-681-6683, Email jlking@mwa.ars.usda.gov -- Jerry King, Contracting Specialist, Phone 309-681-6624, Fax 309-681-6683, Email jlking@mwa.ars.usda.gov
Description
The USDA, Agricultural Research Service (ARS), Midwest Area, requires a Instant Imager Electronic Autoradiography System from the Packard Instrument Company (Brand Name or Equal) or its equivalent, to be furnished and delivered (F.O.B. Destination) to the USDA-ARS-Cereal Crops Research Unit at the Barley & Malt Lab, 501 Walnut Street, Madison, WI 53705. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. 101-CCRU-006 is being issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The solicitation is 100% set-aside for small businesses. NACIS Code 333111 with a corresponding size standard of 500 employees applies to qualify as a small business. The Instant Imager including all hardware and accessories in accordance with the terms, conditions, and specifications contained in this document. ITEM: Instant Imager Electronic Autoradiography includes the following: 1. 20 cm X 24 cm detector composed of a multi-layer electron avalanche amplification system and a multi-wire proportional counting chamber; 2. A fast digital signal co-processor which performs real time counting, and geometrical centroid computation of each detected disintegration; 3. Capable of direct nuclear counting with a linear range of 1.0 million CPM which are stored in pixels with 16 bit precision; 4. High apeed optical data link between the detector and computer for live processing and analysis of data; 5. Capable of automatic self-caliration with a (superscript; 14)C reference source for consistent, reproducible counting efficiency; 6. Capable of direct nuclear counting of (superscript 14)C, (superscript35)S, (superscript45)Ca, (superscript33)P, (superscript11)C, (superscript18)F, (superscript99m)TC, (superscript111)In, (superscript125)I, and other beta and gamma labeled samples; 7. Capable of creating image files of less than 0.45 MB so that as many as three images may be stored, uncompressed, on a 3.5 inch floppy disk for convenient archiving and easy transport and other PC or MacIntosh systems; 8. System must include a high resolution, 256-color image display for real time visual analysis during acquisition of data; 9. The basic imaging system must include at least a 233 Mhz processor, 32MB RAM, 2.5GB hard drive, 16x CD ROM drive, Windows 95, 1.44 MB floppy; 10. The system must be capable of one-to-one sample to printout ratio for precision line-up of samples and images; 11. Include four user selectable levels of smoothing for optimization of printed or exported images for presentation and/or publication and be capable of exporting (8-bit or 16-bit) all or part of an image, with or without annotations and analysis templates in standard formats such as .BMP or .TIF files; 12. Real time image display in pseudo-color or continuous gray scale; 13. On-screen image display functions to optimize pixel scaling manually or automatically, linear or log, with a high resolution option to display the image on screen with 0.25mm pixels for detailed image presentation; 14. On-screen image enhancement features to allow the use of custom palettes to instantly minimize background and/or optimize the image display; 15. On-screen scrolling, magnification, and on-screen annotation with multiple font, size, and orientation options; 16. Quantitation tools including groups of regions, lanes, profiles and grids; 17. Lane template manipulation software tools which allow the bending and orientation of lanes to conform perfectly to non-uniform gels and blots; 18. Lane template quantitation using automatic or manual peak detection and integration and 2-D Region definition within lanes using drawing tools; 19. Automatic Molecular Weight and R determination, Automatic 2D spot integration and R determination; 20. Background subtraction capable of controlling sample-to-sample (or lane-to-lane) background variability; 21. User selectable reports easily saved via Windows clipboard and exported to Excel, Lotus or Quattro Pro; data report parameters must include counts, CPM, counts/mm2, CPM/mm2, ratios of these values, molecular weight, lane and region labels, and baseline or constant background subtract; 22. PKZIP for automatic file compression and storage; 23. System must operate in a multi-tasking Windows environment, to allow for analysis and printing of stored images, while simultaneously acquiring a live image in the background and should support separate user directories and allocate hard disk space for each user to store individual protocols, preferences and images; 24. System must provide users with file management tools which automatically save and print critical experiment information and identification with each data file, printed report and image and must be capable of repeat counting either storing discrete or cumulative images at time intervals. Please provide pricing and product literature for any additional application accessories for future expansion of the system. DELIVERY: The equipment, all required documentation and orientation shall be delivered (F.O.B. Destination) to the USDA, ARS, Barley & Malt Lab, 501 Walnut Street, Madison, WI 53705. Delivery of all equipment the Operations and Maintenance documentation shall be made within 8 weeks after receipt of the purchase order, and shall be delivered within the hours of 8:00 a.m. to 4:30 p.m., Monday through Friday, excl. Federal holidays. Contractor-if this is not a realistic date please make note in your quote of a realistic date of delivery. Prices should reflect that they are FOB Destination and price will include everything identified above. Destination is the USDA, ARS, Barley & Malt Lab, 501 Walnut Street, Madison, WI 53705, Attn: Ron Skadsen. The Contracting Officer or the Contracting Officer's duly authorized representative will inspect and accept the equipment and/or services to be provided under this contract. Inspection and acceptance will be performed at USDA, ARS, Barley & Malt Lab, 501 Walnut Street, Madison, WI 53705. The invoice shall be submitted in an original and mailed to the Contract Officer located at USDA, ARS, Dairy Forage Research Center, 1925 Linden Drive West, Madison, WI 53706. FAR 52.212-1, Instructions to Offerors -- Commercial, FAR 52.212-2, Evaluation ? Commercial Items, FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, FAR 52.212-4 Contract Terms and Conditions ? Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, and FAR 52.211-6 Brand Name or Equal, FAR 52.232-18, Availability of Funds apply to this acquisition. The clauses may be viewed at http://www.arnet.gov/far/ Quotations will be evaluated on price, past performance, and proof of experience with this kind of equipment. Offerors must include with their quotation a list of at least three references to include Name, Company, Address, Phone and Fax Numbers, and e-mail address, if applicable. Offers to include a commercial warranty for equipment. Offers are to be received Not Later than the Close of Business (4:00 pm), September 26, 2001 at the USDA-ARS Dairy Forage Research Center, 1925 Linden Drive West, Madison, WI 53706. Fax quotations are acceptable. FAX No. (608) 264-5275. Please make all quotes effective through December 31, 2001. This contract is contingent on availability of funds.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USDA/ARS/MAO/101-CCRU-006/listing.html)
Record
Loren Data Corp. 20010907/59SOL005.HTM (D-248 SN50W8D5)

59 - Electrical and Electronic Equipment Components Index  |  Issue Index |
Created on September 5, 2001 by Loren Data Corp. -- info@ld.com