Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2004 FBO #0955
SOLICITATION NOTICE

66 -- Real-Time PCR Thermocycler

Notice Date
7/6/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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
RFQ4604
 
Response Due
7/19/2004
 
Archive Date
8/9/2004
 
Point of Contact
Marlys Pomranke, Purchasing Agent, Phone 515-663-7415, Fax 515-663-7482,
 
E-Mail Address
mpomrank@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: RFQ4604, 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. The North American Industry Classification System Code (NAICS) code is 334516. The USDA, Agricultural Research Service, National Swine Research & Info Center has a requirement to purchase a real-time PCR thermocycler with accessories. Please quote on the following: (1) Chromo 4 detector (MJ Research #CFD-3240 or EQUAL); (2) Chromo 4 detection module, 4 color, type 3 (MJ Research #CDM-3240-01 or EQUAL); (3) Alpha Engine, Chromo 4 (MJ Research #ALS-3296 or EQUAL); (4) Tubes, Lo-Profile, 8/strip, white (MJ Research #TLS-0851 or EQUAL); (5) Flat caps, ultra clear, 8/strip (MJ Research #TCS-0803 or EQAUL); (6) HS DyNAmo SYBR kit, 200 rxns (MJ Research #F-410L or EQUAL). The items you are offering must meet or exceed the following salient characteristics: (a) Fluorescence detection system that operates on existing laboratory MJ Research DNA Engine Dyad thermocycler instrument. Alpha Engine that can be in one of the two existing places of the Dyad thermocycler; (b) Operating software must be compatible with current MJ Research DNA Engine Dyad thermocycler already in the laboratory; (c) Sample capacity 96, either 96-well microplate or 0.2 ml tubes; (d) Sample volume range 10-100 ?l; (e) Detection limit of template starting copy number down to single initial template copy detection; (f) Ability to detect products from initial template copy numbers spanning a range of 10 orders of magnitude; (g) Ability to detect 4 different fluorophores in one reaction; (h) Detection ability of at least 4 different fluorescence ranges on 4 separate channels (1) fluorescence excitation range: Channel 1: 450-490 nm, Channel 2: 500-535 nm, Channel 3: 555-585 nm and Channel 4: 620-650 nm; (2) fluorescence detection range: Channel 1: 515-530 nm, Channel 2: 560-580 nm, Channel 3: 610-650 nm and Channel 4: 675-730 nm; (i) Heated lid; (j) Ramping speed up to 3 degrees C/second; (k) Column uniformity of ? 0.4 degrees C with in 30 seconds; (l) Programmable, with program capacity >100; (m) Ability to monitor sample, block and lid temperatures in real time; (n) Gradient temperature range of at least 30 to 105 degrees C; (o)Temperature differential range 1 to 24 degrees C; (p) Gradient calculator accuracy ? 0.4 degrees C of actual well temperature; (q) Electrical requirements must be 120 V. This solicitation incorporates the following FAR clauses, provisions, and addendums: 52.204-7 Central Contractor Registration; 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, 52.23-9, 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 Marlys Pomranke at fax number 1-515-663-7482 on or before July 19, 2004 Central Standard Time. 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 data. 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 data was provided. The anticipate award date is August 9, 2004. All responsible sources may submit a quotation which shall be considered by the Agency.
 
Place of Performance
Address: Department of Agriculture, Agricultural Research Service, Midwest Area, National Swine Research and Info Center, Ames, Iowa.
Zip Code: 50011
Country: USA
 
Record
SN00615378-W 20040708/040706211548 (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.