Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2004 FBO #1010
SOLICITATION NOTICE

66 -- Custom Synthesis of Oligonucleotides

Notice Date
8/30/2004
 
Notice Type
Solicitation Notice
 
NAICS
325199 — All Other Basic Organic Chemical 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
RFQ7704
 
Response Due
9/13/2004
 
Archive Date
10/15/2004
 
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: RFQ7704, 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 325199. The USDA, Agricultural Research Service, National Animal Disease Center has a requirement to purchase custom synthesis of oligonucleotides. Please quote on the following: The items you are offering must meet or exceed the following salient characteristics: (a) Custom synthesis of 3600 oligonucleotides with an average length of 70 bases; (b) Synthesized oligonucleotides must be suitable for use in printing microarray on glass slides (eg. Corning GAPSII or UltraGAPS coated slides, note that these slides will not be included in the cost estimates for this purchase); (c) Oligonucleotides must meet the minimum quality criteria as follows (1-5): (1) A minimum coupling efficiency for oligonucleotide synthesis of 99 %; (2) Quality control for each oligonucleotide will measured by Electrospray Ionization-Time of Flight (ESI-TOF) (for oligonucleotides greater than 50 bases long), or by Matrix-Assisted Laser Desorption/Ionization-Time of Flight (MALDI-TOF) (for oligonucleotides less than 50 bases in length); (3) Each oligonucleotide sample must have greater than 50% pure, full-length product as determined by ESI-TOF or MALDI-TOF; (4) All oligonucleotides determined to be greater than or less than 8 daltons from the calculated mass, as measured by ESI-TOF or MALDI-TOF, will be deemed a failed synthesis and will be resynthesized at no additional cost; (5) Minimum acceptable yield is 3 OD260 units per oligonucleotide (approximately 4.2 nmol final yields); (d) Synthesized oligonucleotides will be dispensed, in equal aliquots, to three (3) 384-well, V-bottom plates (eg. Genetix) (i.e. 1 stock plate and 2 daughter plates); (e) Oligonucleotides will be normalized to consistent concentrations as specified at the time order is placed; (f) Oligonucleotides will be shipped dry in plates; (g) Sequence of each oligonucleotide will be provided to company in electronic format (Excel spreadsheet) for 384-well plates by scientist. This solicitation incorporates the following FAR clauses, provisions, and addendums: 52.204-7 Central Contractor Registration; 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 Marlys Pomranke at fax number 1-515-663-7482 on or before September 13, 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 September 30, 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 Animal Disease Center, 2300 Dayton Ave, Ames, Iowa.
Zip Code: 50010
Country: USA
 
Record
SN00660043-W 20040901/040831063655 (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.