Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2006 FBO #1577
SOLICITATION NOTICE

66 -- IMAGING SYSTEM FOR GELS

Notice Date
3/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
APPQHQFM-0015-6
 
Response Due
3/31/2006
 
Archive Date
4/15/2006
 
Description
The USDA, Animal Plant Inspection Service (APHIS), Plant Protection and Quarantine (PPQ), Beltsville, MD, intends to procure one imaging system for gels. Submit faxed quotations to Purchasing Section, at (612) 370 2136, Attention Joanne Mann. QUOTATIONS ARE DUE MARCH 31, 2006 BY 10:00 a.m. local time. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. A firm fixed price purchase order will be awarded. F.O.B. Beltsville, MD. NAICS Code: 334513 THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation document incorporates provisions and clauses which are in effect through the most current Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference: Instructions to Offerors Commercial Items 52.212 1; Evaluation Commercial items 52.212 2; Offeror Representations and Certifications 52.212 3; Contract Terms and Conditions Commercial Items 52.212 4; Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items 52.212 5; The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.222-3 Convict Labor; 52.222-19 Child Labor ? Cooperation with Authorities and Remedies; 52.222-26 Equal Opportunity; 52.222-21 Prohibition of Segregated Facilities; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act; 52.225-3 Buy American Certificate-Free Trade Agreements-Israeli Trade Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). To be awarded this contract, the offeror must be registered in the CCR. The above clauses may be viewed on the website: www.arnet.gov/far. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION FOR CONSIDERATION. ******SPECIAL NOTE: Offers shall include 52.212-3 Representations and Certifications, which may be submitted from the website: http://orca.bpn.gov ******* All offers must be signed. The Government will award a firm fixed price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical and past performance when combined are significantly more important than cost or price. ALL OFFERS SHALL INCLUDE: Company Name, Company Address, Company Contact Name and Telephone number, Tax Payer Identification Number, DUNS number and business size. SPECIFICATIONS The imaging system shall be a multicolor fluorescent imaging system which can be used for superior imaging of all types of labels, such as colored, fluorescent and chemiluminescent labels. The imaging system shall have the capability of imaging gels stained with either ethidium bromide or SYBR-Green, and for imaging samples labeled with Fluorescein, SYBR-Green II, SYBR-Gold, GFP, Rhodamine and Texas Red fluorescent dyes. The imaging system shall be usable as a visible imaging system as in colorimetric detection of samples in Western blots, spot blot of proteins samples, and in imaging Coomasie-stained protein gels. The Charge-Coupled Device (CCD) camera shall have a resolution of 4 Megapixels, and an F2.8 manual zoom lens. Due to the exposure and resolution expected, the camera should be able to cool down to minus 25 degrees Centigrade from zero degrees, not just from ambient temperature. The camera is required to have a true 12 to 16 bit dynamic range with Super OD. Pixel size of 7.4 x 7.4 microns or better is required. The darkroom shall be a sturdy steel cabinet that has an interference filter, adjustable tray kit, and ML-26 duel wavelength UV transilluminator. The cabinet or darkroom shall have mechanism for turning off the light immediately after acquiring image. The cabinet or darkroom shall have flip down white lights which are not using the UV source, as opposed to having a conversion screen. The unit shall have user-friendly 32-bit software or better for image acquisition, enhancement, archiving, documentation and analysis. The unit shall be set up with a computer, Pentium 4, 2.8 GHz, 40 GB Hard Drive, and a minimum of 256 MB RAM, 40X CD-RW, 10/100/1000 Network Interface Card and Windows XP, 17 inch flat panel monitor and mouse. The unit shall come with a large format Digital Thermal Grayscale printer.
 
Place of Performance
Address: NATHONAL PLANT GERMPLASM CENTER, POWDER MILL ROAD BARC-EAST, BELTSVILLE MD
Zip Code: 20705
Country: USA
 
Record
SN01010404-W 20060322/060320213405 (fbodaily.com)
 
Source
FedBizOpps 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.