Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2006 FBO #1671
SOLICITATION NOTICE

66 -- Smart Cycler System

Notice Date
6/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Veterinary Services, 1800 Dayton Avenue, AMES, IA, 50010
 
ZIP Code
50010
 
Solicitation Number
FBO-AV32260
 
Response Due
7/10/2006
 
Archive Date
7/25/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial supplies prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, 13, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price contract. This requirement is 100% set aside for small business. The NAICS code is 334516. The small business size standard is 500 employees, or less. This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), National Veterinary Services Laboratories. The reference number for this effort is FBO-AV32260 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.arnet.gov/far/ Requirement and Quantities: Quantity (1) Smartcycler system SC2500N6-1 Cepheid name Brand or Equal. Offers must meet or exceed the following salient characteristics and specifications. Must have a ramping speed of 2.5 degrees C/sec. for cooling and a minimum of at least 5.0 degrees C/sec for heating, must have a temperature gradient accuracy of plus or minus 0.5 degrees C of programmed target, must be able to communicate to the internet by Ethernet, must have communication failure restoration, must have the memory capability of typically 1,000 programs, must be mouse controllable, must have the ability to be graphical programmable, must have an I-CORE to I-CORE thermal uniformity of 0.5 degrees C, must have a calculator accuracy of plus or minus 0.5 degrees C of actual I-CORE temperature, must have one year parts and labor warranty, system must have a minimum of 16 individually programmable and controlled sample sites that can simultaneously execute 16 different protocols, system must have the ability to allow multiple operators to run separate experiments on the same instrument at the same time and to start each sample site independently, system must have the capability to excite and detect 4 spectral bands to allow 4 color real-time simultaneous detection in a single sample. Deliverables and acceptance of deliverables will be FOB destination, at USDA, APHIS, NVSL, Ames, IA 50010. The provision at 52.212-1 Instruction to Offerors ? Commercial applies to this solicitation. The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price, and other factors considered. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. Award will be made to the lowest price technically acceptable responsible bidder whose quote conforms to this solicitation. Compatibility with existing PCR platform is essential. The provision 52.212-3 Offeror Representations and Certifications ? Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The online Reps and Certs application representations and certifications application (ORCA) can be found at http://www.bnp.gov or a hard copy of the provision may be attained from http://www.arnet.gov/far. The clause 52.212-4 contract terms and terms and conditions Commercial items applied to this acquisition. The clause 52.211-6 Brand Name or Equal applies to the acquisition. The clause at 52.212-5 contract terms and conditions required to implement statutes or executive orders commercial items, applied to this acquisition. 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; 52.219-6 Notice of total small business set-aside; 52.219-8 Utilization of small business concerns: 52-219-14 limitations on subcontracting; 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; 52.222-22 previous contracts and compliance reports; 52.222-35 equal opportunity for special disabled veterans of the Vietnam Era, and other eligible veterans; 52.222-25 affirmative action compliance; 52.222-36 affirmative action for workers with disabilities; 52.222-35 employment reports on special disabled veterans, veterans of the Vietnam era, and other Eligible veterans; 52.225-1 Buy American Act; 52.225-2 Buy American certificate; 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. CCR information may be found at http://www.ccr.gov. Quotations are due to the United States Department of Agriculture, National Veterinary Services Laboratories, 1800 Dayton Ave, Ames, IA 50010 by 2:00 PM CST 3/30/06. Faxed quotes are acceptable. Contract is Deborah Brock. Ms. Brock may be reach at Deborah.K.Brock@aphis.usda.gov, (515)663-7574 or by fax at (515)663-7247. Complete quote will consist of the following: 1. Price. 2. Signature of the offeror on the page that lists the price. 3. Completed copy of the provisions at FAR 52.212-3 offeror representations and certifications ? commercial items or confirmation that this has been completed on line. If an offerors quote does not contain all of the items listed above, the quote may considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby make an offeror ineligible for award.
 
Place of Performance
Address: USDA, APHIS, NVSL,, Ames, IA
Zip Code: 50010
Country: US
 
Record
SN01075325-W 20060624/060622220440 (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.