Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2006 FBO #1677
SOLICITATION NOTICE

66 -- Real Time PCR Thermal Cycler

Notice Date
6/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Urbana, IL, 1101 West Peabody Drive Room 180, Urbana, IL, 61801
 
ZIP Code
61801
 
Solicitation Number
6-3611-105-00864
 
Response Due
7/28/2006
 
Archive Date
8/12/2006
 
Description
Contracting Office Address: United States Department of Agriculture, Agricultural Research Service, MidwestArea Office, Urbana, IL Location, 1101 W. Peabody Drive, Room 180, Urbana, IL 61801 Description: 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; proposals are being requested and written solicitation will not be issued. Solicitation No. 6-3611-105-00864 is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. The NAICS code applicable to this solicitation is 334516. THE SALIENT CHARACTERISTICS: The equipment must meet or exceed the following minimum specifications and Statement of Work: 1) tungsten-halogen light source; 2) spectral detection range of at least 515 to 700 nm; 3) a multiplex capability allowing 5 different targets to be assayed simultaneously; 4) a dynamic range spanning a minimum of 9 orders of magnitude; 5) a thermal uniformity across the block which does not exceed 0.4 degrees Celcius; 6) a ramp rate of 3 degrees per second or less; and 7) user-friendly software that allows rapid and accurate analysis of data , and is reasonably easy for new users to learn. Software should be windows compatible. Statement of Work: The USDA/ARS, MWA, Soybean/Maize Germplasm, Pathology, Genetics Research Unit, Urbana, IL, has a requirement/need for a real-time or quantitative PCR thermal cycler to analyze both plant and pathogen DNA. This machine would be used by personnel from various laboratory groups for a wide range of assays. DNA from collected fungal spores would be tested to determine the presence and proportion of spores from Phakopsora pachyrhizi, the fungus which causes Asian soybean rust. Quantitative PCR would allow discrimination between spores of P. pachyrhizi and those of P. meibomiae, a less virulent pathogen whose spores are morphologically indistinguishable from those of P pachyrhizi. cDNA derived from soybean RNA would be quantitatively analyzed to confirm changes in gene expression initially indicated by hybridization data from microarray analyses. This would help to elucidate genes and proteins involved in pathogen recognition and plant responses to pathogen infections 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 PROPOSAL: Failure to demonstrate compliance will be cause to reject the quotation without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to the acquisition and can be found in full text at http://www.acquisition.gov/far/loadmainre.html. FAR 52.252-1, Solicitation Provisions provided by Reference are as follows: FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Provide with Proposal); FAR 52.212-1, Instructions to offerors ? Commerical Items; FAR 52.2120-2, Evaluation ? Commercial Items; FAR 52.21203 Offeror Representation and Certifications ? Commercial Items (Provide with Proposal); FAR 52.214-21, Descriptive Literature (Provide with Proposal); 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 52.25202 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. FAR 52.2222-3, 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; 52.225-3, Buy American Act ? North American Free Trade Agreement ? Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products (E.O. 12849); 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration (3 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.ACQUISITION.gov/far. SHIPPING: FOB Destination. DOCUMENTS INCLUDED IN PROPOSAL: In order to be considered for award Offerors shall provide 1) a quotation on company letterhead detailing the item description, unit price, and extended 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 are preferred but will accept commercial references). References shall be provided for the product proposed and if possible include e-mail address of contact person; 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://acquisition.gov/far. DELIVERY TO: USDA/ARS, Dr. David Walker, Room 232 NSRC, 1101 W. Peabody Drive, Urbana, IL 61801. PROPOSAL 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 quotation. FAR 52.212-2 EVALUATION ? COMMERICAL ITEM, the significant evaluation factors, in the relative order of importance are (i) technical capability of the item offered to meet the Government?s 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. EVALUATIONS & 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 proposal shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each proposal based solely on the information furnished and not on previous knowledge and associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All proposals will be rated by comparing descriptive literature against the salient characteristics. B) Delivery/Installation. C) Training, D) Warranty: Explain all details of the warranty. If an extended warranty is available explain details of extended warranty including price and availability after initial warranty expires. 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 proposals to Randa Plotner, Purchasing Agent, USDA/ARS, 1101 W. Peabody Drive, Room 180 NSRC, Urbana, IL 61801, no later than Friday, July 28, 2006. Proposals and other requested documents may be provided by facsilmile to 217-244-7703 if desired. Additional information may be obtained by contacting the Contracting Officer at 217-244-3262 or e-mail to rhamm@uiuc.edu. Ms. Plotner will be unavailable from July 3, 2006 through July 7, 2006 due to scheduled leave, however, messages left on voice mail, by facsimile and/or e-mail as listed herein will be answered as soon as possible prior to the July 28 deadline. Original Point of Contact USDA/ARS, 1101 W. Peabody Drive, 180 NSRC, Urbana, IL 61801 Shipping Address will be: USDA/ARS, Dr. David Walker 1101 W. Peabody Drive, 232 NSRC Urbana, IL Postal Code: 61801 Country: USA
 
Place of Performance
Address: USDA/ARS, 1101 W. Peabody Drive, 180 NSRC, Urbana, IL
Zip Code: 61801
Country: USA
 
Record
SN01079018-W 20060630/060628220216 (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.