Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
SOLICITATION NOTICE

99 -- Flow Cytometer

Notice Date
9/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Beltsville Area, U.S. National Arboretum, 3501 New York Avenue, N.E., Washington, DC, 20002
 
ZIP Code
20002
 
Solicitation Number
31B7-CAS-09122006
 
Response Due
9/29/2006
 
Archive Date
10/14/2006
 
Description
This is a combined synopsis/solicitation for the commercial item identified below 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; offers are being requested and a written solicitation shall not be issued. This solicitation number is: 31B7-CAR-91106 and is issued as a Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-12. This solicitation shall be solicited on an unrestricted basis. The North American Industry Classification Code (NAICS) is 423490. The U.S. Department of Agriculture, U.S. National Arboretum intends to procure the following system Partec PA Flow Cytometer - from the following vendor: Gene Check Applied Technologies, Inc., 1629 Blue Spruce Drive, Suite 106, Fort Collins, Co 80524-5416, 970-224-2437. The purchase shall be based on the following minimum requirements: Flow cytometer and cell and particle counter designed for the analysis of ploidy and genome size plant material. System shall be adapted to DNA content analysis using DAPI and Propidium Iodid dyes. Specific requirements: small footprint (less that two feet wide, deep and high ) to be able to fit on laboratory benchtop; able to accommodate all plant materials including leaves, grass, roots, seeds and flowers; able to analyze samples at a rate of less than two minutes per sample with automatic single sample run and computer controlled sample volume rate; able to detect aneuploidy at a level of one chromosome difference; shall have built in HBO-1200 long life mercury arc lamp (for DAPI staining) built in PC and complete analysis and evaluation software; shall have interchangeable filter set for UV excitation and blue emission; shall have 20 mW Argon ion laser illumination (488 nm) so that fluorescent dyes such as Propidium Iodide can be used; shall have power supply for external regulation of laser light power; shall have proven protocols in place and readily available reagents for analysis of ploidy and genome size in plants; software package must support network connection to Mac or Windows XP. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.202-1 Definitions: 52-203 Covenant Against Contingent Fees; 52-203-6 Restrictions on Subcontractor Sales to the Government; 52-203-7 Anti-Kickback procedures; 52-204-3 Taxpayer Identification; 52-204-6 Date universal Numbering system (DUNS) Number; 52-204-7 Central Contractor Registration; 52.211-5 Material Requirements; 52.212-1 Instructions to Offerors-Commerical Items; 52.212-2 Evaluation-Commercial Items; 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 Statues or Executive Orders-Commercial Items; 52.216-24 Limitation of Government Liability. In Paragraph (B) of 52.212-5, the following apply: 52.203-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.232-34, and 52.222-70. All offerors must include copies of 52.212-3 (Representations and Certifications) and 52.222-70 (Compliance with Veterans Employment Reporting Requirements) Faxed quotations are acceptable and shall be faxed to Carol Sisas 202-447-2811 (fax number) on or before September 28, 2006. All responses shall be evaluated in order to determine the ability to meet the above stated capabilities. Offerors shall identify where the requested item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. A contract shall be awarded resulting from this solicitation which will be most advantageous to the Government. The anticipated award date is September 29, 2006. All responsible sources may submit a quotation which shall be considered by the Agency.
 
Place of Performance
Address: 3501 New York Avenue, N.E., Washington, D.C.
Zip Code: 20002
Country: UNITED STATES
 
Record
SN01140540-W 20060914/060912220137 (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.