Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2003 FBO #0603
SOLICITATION NOTICE

66 -- Real-Time PCR DNA Amplification/Quantification System

Notice Date
7/23/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area National Animal Disease Center, 2300 Dayton Avenue, Ames, IA, 50010
 
ZIP Code
50010
 
Solicitation Number
RFQ6103
 
Response Due
8/4/2003
 
Archive Date
9/1/2003
 
Point of Contact
Denise Hill, Purchasing Agent, Phone 515-663-7243, Fax 515-663-7482,
 
E-Mail Address
dhill@nadc.ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items identified below, 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: offers are being requested and a written solicitation will not be issued. This solicitation number: RFQ6103, is issued as a Request for Quotation (RFQ). This procurement shall be solicited under the Simplified Acquisition Procedures (SAP) and is a Small- Business Set-Aside. (NOTE: “Nonmanufacturers’ Rule” requires that the contractor under a set-aside contract be a small business who must provide either its own product or the product of a domestic small business manufacturer within the United States). The North American Industry Classification System Code (NAICS) code is 334516. The USDA, Agricultural Research Service, National Soil Tilth Laboratory has a requirement to purchase a Real Time PCR DNA Amplification/Quantification System. Please quote EQUAL to one each of the following system:(1) Fluorescence Detector {MJ Research Opticon 2 CFD-3220 or EQUAL}; (2)Thermal Cycler Chasis {MJ Research DNA Engine PTC-0200 or EQUAL}; (3)Block/Sampler Holder {MJ Research 96V Alpha Unit, Gradient ALS-1296 or EQUAL}; (4)Computer w/software {MJResearch Opticon2 CFO-3220 or EQUAL}; (5) Flat Screen Monitor {MJ Research OCM-3201 or EQUAL}; (6) Instrument Installation {MJ Research OUK-3220 or EQUAL}. The items you are offering must meet or exceed the following salient characteristics and minimum specifications for a Real-Time PCR DNA Amplification/Quantification System: Equipment purchased as a package or as components must be able to function as a system capable of real-time quantitative PCR (RT-PCR, qPCR). THERMAL CYCLER SPECIFICATIONS: (1)Programmable controls, thermal gradient capability, melting curve capability, 30-105 degrees C temperature range with accuracy of at least + or -0.4 degrees C. (2) All pertinent licensing fees are included in the purchase price. FLUORESCENCE DETECTOR SPECIFICATIONS: (a)Programmable controls; (b)Linear dynamic range of 7 orders of magnitude; (c)Continuous, real-time monitoring of 2 emission wavelengths which allows use of two fluorescent probes to monitor PCR reaction. Fluorescence Excitation Range: 450-505nm, Fluorescence Detection (emission) Range: 515-545nm(channel 1), greater than 540nm (channel 2); (d)Software necessary to operate thermal cycler and fluorescence detector and the capabilities described above; (e)Computer (included) contains Windows XP, at least 128 MB RAM, 500 MB hard drive, color monitor (1024x768 resolution; 15" flat panel), and any necessary data acquisition/communication interfaces for operation with thermal cycler and fluorescence detector. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.211-6 Brand Name or Equal; 52.212-1 Instructions to Offerors-Commercial Item; 52.212-3 Offeror Representations and Certifications-Commercial Items; 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. In Paragraph (B) of 52.212-5, the following apply: 52.203-6, 52.223-9, 52.225-1, 52.225-13 and, 52.232-33. All offerors must include copies of 52.212-3 (Representations and Certifications). Faxed quotations are acceptable to Denise Hill at fax number 1-515-663-7482 on or before August 4, 2003. All responses will be evaluated in order to determine the ability to meet the above stated capabilities. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include technical specifications, descriptive material, literature, brochures and other such information corresponding to each minimum required item, which demonstrates the capabilities of the offeror’s equipment. Offerors shall identify where the offered item meets or does not meet each of the Government’s functional and performance minimum specifications listed herein. Offeror shall include references of three (3) firms for which similar equipment was provided. The anticipated award date is August 29, 2003. All responsible sources may submit a quotation which shall be considered by the Agency.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/ARS/NADC/RFQ6103/listing.html)
 
Place of Performance
Address: USDA-ARS-National Soil Tilth Laboratory, 2150 Pammel Drive, Ames, Iowa
Zip Code: 50011
Country: USA
 
Record
SN00380656-F 20030725/030723224320 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.