Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2006 FBO #1732
SOLICITATION NOTICE

66 -- Thermogradient Table Germinator

Notice Date
8/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture 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
RFQ58-06
 
Response Due
8/31/2006
 
Archive Date
9/30/2006
 
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 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: RFQ58-06 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 339111. The USDA-ARS-Plant Introduction Station, Ames, Iowa, has a requirement to purchase a THERMOGRADIENT TABLE GERMINATOR (Seed Processing Holland type 5008.00.00 or EQUAL). SPECIFICATIONS FOR THERMOGRADIENT TABLE: (1) Must be able to handle 200 experimental units at a time with each experimental unit of size 92mm diameter, i.e. 100 x 15 mm standard Petri dishes, (2) Must be able to provide an alternating temperature regimen with a change of at least 10 degrees C, (3) Must be able to provide a temperature difference of 20 degrees between the highest (40 degrees C) and lowest (5 degrees C) temperature across the gradient table, (4) Must be able to operate on 110V, 60Hz power feed per US standard, (5) Must come with temperature read-out feature to monitor accuracy of temperatures, (6) Must come ready to use out of packaging and not require additional purchases for use, (7) Must come with fluorescent lighting that operates on 110V, 60Hz power feed per US standard, (8) Must come with covers for various germination conditions: clear, opaque, and dark, (9) Must have durable construction with a one year warranty, and (10) QUOTED PRICE MUST INCLUDE ALL DELIVERY AND SHIPPING FEES. 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 and 52.225-13. The above FAR clauses may be viewed in full text at www.acquisition.gov. All offerors must include copies of 52.212-3 (Representations and Certifications). Faxed quotations are acceptable to Denise Hill at fax number 1-515-663-7482 on or before August 31, 2006. 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 offerors equipment. Offerors shall identify where the offered item meets or does not meet each of the Governments functional and performance minimum specifications listed herein. Offeror shall include references of three (3) firms for which similar equipment was provided. The anticipated award date is September 15, 2006. All responsible sources may submit a quotation which shall be considered by the Agency.
 
Place of Performance
Address: USDA-ARS-Plant Introduction Station, 1305 State Avenue, Ames, Iowa
Zip Code: 50011
Country: UNITED STATES
 
Record
SN01121717-W 20060824/060822220231 (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.