Federal Bid

Last Updated on 08 Apr 2005 at 5 AM
Combined Synopsis/Solicitation
Hamilton Montana

66 -- HYBRIDIZATION STATION

Solicitation ID Reference-Number-RML-RFQ-5009
Posted Date 10 Mar 2005 at 5 AM
Archive Date 08 Apr 2005 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute Of Allergy & Infectious Diseases/Amob
Agency Department Of Health And Human Services
Location Hamilton Montana United states 59840
This notice is a combined synopsis/solicitation, for commercial items prepared in accordance with 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. Submit offers on RML-RFQ-#5009. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27 dated 1/1/05. This acquisition will be processed under FAR Part 12, Simplified Acquisition Procedures (SAP), Acquisition of Commercial Items and is not a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 334516 and the small business size is 500. SCHEDULE: The Rocky Mountain Laboratories, (RML) is in need of a Hybridization Station with the following specifications: This system shall be a modular, automated system for microarray (nucleic acid, protein or peptides) hybridization on microscope slides. The system shall allow for parallel processing of up to 12 (twelve) slides. The system shall include 1(one) liquid distribution unit and 1(one) extension unit. The system shall feature full temperature control (15 (fifteen) degree to 85 (eighty-five) degree C), 6 (six) on-board reagent (4(four) pre-warmed) capacity, bottle set, advanced fluidics delivery system, sample agitation during incubation, automated slide drying, advanced scheduling system and a touch screen instrument control interface (instrument control may alternatively be conducted by a PC). A maximum of 4(four) extension units shall be integrated with the liquid distribution unit to allow parallel processing of up to 48 (forty-eight) slides under 4(four) different protocols (each extension unit shall have independent temperature control and fluidics delivery system). The extension unit shall feature 3 (three) hybridization modules (4(four) slides each), which shall accommodate slides mounted in a 4(four) slide holder. 3 (three) slide holders shall be included with the system. The master unit shall be interfaced with a microarray laser scanner for automated, high throughput applications. All quotes shall include unpacking, installation, interface set-up testing, and training. Training shall include an overview of instrument features, interactive demonstration of instrument control and data analysis software, software training and recommendations for periodic performance testing. FOB Point shall be Destination, Hamilton, MT. Delivery location is Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT. The following FAR provisions and clauses apply to this acquisition: (B)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation; 52.212-1 Instructions to Offerors Commercial; FAR52.212-2 Evaluation Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items. FAR52.246-2 Inspection of Supplies-Fixed Price. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall have posted their FAR 52.212-3 Offerors Representations and Certifications Commercial Items at website http://orca.bpn.gov. Award will be based on the capability of the item offered to meet the above stated salient characteristics, including technical evaluation, delivery, and price. Offers may be mailed or faxed to the POC indicated above (Fax - 406-363-9288). Offers must be submitted not later than 4:30 PM (MDST), 3/24/05. Copies of the above-referenced clauses are available upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
Bid Protests Not Available

Similar Past Bids

Hamilton Montana 02 Feb 2006 at 5 AM
Location Unknown 07 Sep 2008 at 7 PM
Baltimore Maryland 28 Aug 2009 at 2 PM
Location Unknown 14 Sep 2007 at 4 AM
Pike New hampshire 28 Jun 2011 at 6 PM