Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2005 FBO #1270
MODIFICATION

66 -- Protein Purification System

Notice Date
5/17/2005
 
Notice Type
Modification
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, IL, 61604
 
ZIP Code
61604
 
Solicitation Number
5114-5-0013
 
Response Due
5/27/2005
 
Archive Date
7/12/2005
 
Point of Contact
Georgetta Stonewall, Contract Specialist, Phone (309) 681-6624, Fax (309) 681-6683, - Rebecca Holzinger, Contract Administrator, Phone 309-681-6616, Fax 309-681-6683,
 
E-Mail Address
gstonewall@mwa.ars.usda.gov, rholzinger@mwa.ars.usda.gov
 
Description
THIS AMENDMENT IS TO CORRECT BRAND NAME MANUFACTURER FROM APPLIED BIOSYSTEM TO AMERSHAM BIOSCIENCES. This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. Solicitation No. 5114-5-0013 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. The NAICS code applicable to this acquisition is 339111. For a company to qualify as a small business, the small business standard is 500 employees. The USDA, ARS, MWA, Madison, WI 53706 has a requirement/need for a protein purification system, "Brand Name or Equal" to BioRad's BioLogic DuoFlow System with Bio Frac collector or to Amersham Bioscience's AKTA FPLC with Frac 920 System. This equipment must be biologically compatible and will be used for the purification of proteins. Listed are the description of items and quantities required: CLIN No. 1-Equal to "BioRad's p/n 7610047 Biologic DuoFlow System with Bio Frac Collector" (1 Unit); CLIN No. 2-"p/n 7600408 AVR9-8 Stream Select Valve" (1 unit); CLIN No. 3-"p/n 7500415 Select valve SV5-4" (1 unit); CLIN No. 4-"p/n 7410010 Rack Set F1" (2 units); CLIN No. 5-"p/n 7602040 pH monitor kit" (1 unit). THE SALIENT CHARACTERISTICS: the protein purification system must meet or exceed these minimum requirements: (1) Pump system: Biocompatible dual pump capable of achieving 250 to 3000 psi. (2) Must be capable of forming continuous gradients. (3) Minimum 5-10 mL/min flow rate. (4) Switching valves: Must allow multiple solvents and solvent switching. (5) Detector: Must have UV detector wavelength selectable for 254 or 280 nm and Flow cell 5mm. (6) Monitors: Must include conductivity flow cell monitor and flow cell for monitoring pH. (7) Fraction collector: Must include minimum of 90 fractions (13 x 100 mm tubes), must have multiple fraction sizes available, must be fully integrated with system via system controller, and must have diverter valve to allow collection of only desired fractions. (8) Injectors: must have integrated auto-injector with multiple size injection loops and oversize loops for multiple or large size injections. (9) System Controller: Must be computer based integrated system controller for method development, run control, data collection and analysis. Must be Network compatible. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the Descriptive Literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. REJECTION OF QUOTE: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.arnet.gov/far/loadmainre.html. FAR 52.252-1 Solicitation Provisions Incorporated by Reference are as follows: FAR 211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Provide with Quote); FAR 52.214-21, Descriptive Literature (Provide with Quote); FAR 52.204-7, Central Contractor Registration (All Offerors must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. The website address for registration is: http://www.ccr.gov); and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.ARNet.gov/far/. SHIPPING: FOB Destination. DOCUMENTS TO BE INCLUDED WITH QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, and unit price of each CLIN; 2) descriptive literature, brochures; 3) at least 3 to 5 references for the proposed equipment. References must have received the proposed equipment within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the product proposed and if possible include the email address of the person to be contacted; and 4) Offerors shall include a completed copy of the provisions FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.acqnet.gov/far. DELIVERY TO: USDA-ARS, Madison, WI. QUOTE PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before 30 days after award, however, each offeror shall include their proposed delivery schedule as part of their quote. FAR 52.212.-2 EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. Each Quote shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated against the salient characteristics and minimum requirements. B) Delivery. C) Warranty. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government?s rights under the Inspection clause nor does it limit the Government?s right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.eps.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement. Furnish Quotes to Georgetta Stonewall, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., May 27, 2005. Quotes and other requested documents may be provided by facsimile to (309) 681-6683 if desired. Additional information may be obtained by contacting the Contracting Officer at (309) 681-6624 or email below.
 
Place of Performance
Address: USDA, ARS, US Dairy Forage Research Center, 1925 Linden Drive West, Madison, WI
Zip Code: 53706
Country: USA
 
Record
SN00809295-W 20050519/050517211847 (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.