DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES 13.5. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-33. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 for full and open competition. The FDA intends to issue a firm fixed-price purchase order for a Complete Cytogenetic System that meets or exceeds the following specifications: The salient characteristics that apply to the Complete Cytogenetic Imaging System are: 1. System should be based on a unique electro-optical hardware that enables measuring the spectral image of chromosomes from a metaphase spread, previously stained, such that each chromosome has a different color (created typically from different combinations of 5 or more basic fluorescent dyes). While the staining scheme of multicolor-FISH (m-FISH) is identical, SKY's measurement scheme is very different than the one used in m-FISH, which is basically standard FISH acquisition done using multiple microscope filters. 2. All dyes are excited and acquired simultaneously using a single triple band filter cube using single focusing. 3. Achieves good Signal to Noise Ratio. Typical measurement time is 40-60 seconds; however, even 15 seconds acquisitions give better results than mFISH. 4. Measures the entire spectrum at each point enables the completely extraction of the emission spectrum of each dye. Errors due to cross talk, high background or wrong contrast of specific layers are minimized. The outcome is therefore a robust classification of chromosomes. 5. Accurate quantification of non specific staining background is subtracted accurately. The acquisition is invariant the intensity variation of dyes. 6. Ability to analyze overlaps and inter-mix chromosomal translocations seen consistently in cancer. 7. The level of automation of a system also influences the accuracy, repeatability and mainly the throughput. System is fully automatic, from the acquisition stage right through to the analysis and verification. 8. Interferometer (Optical Head) is manufactured only by ASI and programmed to function with ASI's imaging software. Spectral range of interferometer: 400-1000 microns (with special setup even in the UV from 350-400nm). 9. User defined spectral resolution (from 6nm to 50nm or larger gap per channel). ASI's spectral imaging system can be setup to give as low as 3nm FWHM at 400nm (Full Width at Half Maximum of the peak of a narrow signal). 10. This system should also work for non-polarized light. ASI's interferometer imaging system does not block transmitted light. Has a higher resolution per image pixel (16-bit spectral data per pixel). 11. Cooled Digital Camera - works with cooled to -20 degrees Celsius (as well as non-cooled) 12 bit digital camera with 1.3M pixels, ~70% peak quantum efficiency. QUESTIONS DEADLINE: all questions must be received by email (
[email protected]) before 1:00 pm (1300) EST on 12 May 2010. Delivery terms shall be FOB Destination. FOB Destination means the contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government may award this contract to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor described to "Meet or Exceed the Requirement," and 2) Price. Technical Capability is significantly more important than price. Evaluation of Technical Capability shall be based on the requirements provided in the quotation. Offerors shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. FAR provisions can be found on the following website: http://www.arnet.gov. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.225-2 Buy American Certificate; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-1, Buy American Act--Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration. This is a Combined Synopsis/Solicitation for a Complete Cytogenetic Imaging System as defined herein. The Government intends to award a Firm Fixed-Price Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. Additionally, all quotes shall include price (s); FOB point; a poc (name and telephone number); a statement from the offeror verifying that they are CCR Registered under NAICS code 334510; delivery date (delivery date is of the utmost importance); business size; and payment terms. Delivery shall be to FDA, Center for Biologics, 900 Rockville Pike, Building 29, 1E16, Bethesda MD, 20708. FDA intends to make an award soon after the response date of this notice and all bids must be submitted via email and be received by 1:00 PM (1300) EST on 18 May 2010 to the attention of George Gonzalez,
[email protected]. Offerors shall ensure the RFQ number is visible in the header of the email. FAX QUOTES SHALL NOT BE ACCEPTED.
Bid Protests Not Available