Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2006 FBO #1756
SOLICITATION NOTICE

66 -- BECKMAN COULTER REAGENTS AND SUPPLIES

Notice Date
9/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
 
ZIP Code
19038
 
Solicitation Number
Reference-Number-NEWARK09122006
 
Response Due
9/20/2006
 
Archive Date
12/31/2006
 
Description
The USDA, Agricultural Research Service (ARS), intends to negotiate solely with Beckman Coulter Inc. in Fullerton, California to furnish and deliver the following Reagents and Supplies which are needed for use with our existing CEQ 8000 automated capillary gel electrophoresis machine and Biomek 2000 laboratory automation workstation in operation in the USDA, ARS, NAA, Beneficial Insect Introductions Research Unit in Newark, Delaware. These items will be used to detect amplified fragment length polymorphisms for mapping of quantitative trait loci involved in host specificity of insects. These reagents and supplies will be provided to genotype DNA samples in our genetic studies. Beckman-Coulter (Fullerton, CA) is the only provider of the supplies and reagents for the equipment manufacturer. The Contractor shall furnish all labor, equipment, materials, tools, services and supervision necessary to provide the SCHEDULE OF ITEMS and the QUANTITY SPECIFIED BELOW. ADDITIONAL QUANTITIES MAY BE REQUIRED FOR THE NEXT 12 MONTHS. SCHEDULE OF ITEMS: ITEM 01: P/N 608010, CEQ Separation Gel LPA-1, QTY.: 180, UNIT: Each (IN 4 QUATERLY DELIVERIES); ITEM 02: P/N 608087, CEQ DNA Separation Array, QTY.: 30, UNIT: Each (IN 4 QUATERLY DELIVERIES); ITEM 03: P/N 608098, CEQ DNA Size Standard Kit?400, QTY.: 120 each (IN 4 QUATERLY DELIVERIES); ITEM 04: P/N 608012, CEQ Separation Buffer, QTY.: 60, UNIT: 4/pack (IN 4 QUATERLY DELIVERIES); ITEM 05: P/N 609844, Buffer Microtiter Plates, QTY.: 3, UNIT: 100/pack; ITEM 06: P/N 609801, Sample Microtiter Plates, QTY.: 10, UNIT: 25/pack; ITEM 07: P/N 609043, P20 Barrier Tip, sterile, QTY.: 30, UNIT: 10 racks; ITEM 08: P/N 140505, P250 Barrier Tip, sterile, QTY.: 30, UNIT: 10 racks; ITEM 09: SHIPPING COSTS. NOTE: The Contractor shall prepay and add freight cost as a separate line item in accordance with the F.O.B. Destination clause. Delivery shall be between the hours of 8:00 a.m. to 3:00 p.m. Monday through Friday, excl. Federal Holidays within two (2) weeks after receipt of the order (except additional quantities of items 1 thru 4). Items 1-4 should be shipped in 4 equal lots at quarterly intervals. The additional quarterly delivery dates for items 1-4 shall be coordinated by the Technical Representative (TR) with the Contractor. PACKING AND SHIPPING - The Contractor shall be responsible for shipping the supplies. The Contractor shall pack each item for shipment in a new container in such a manner that will ensure acceptance by common carrier and safe delivery at the destination. Containers and closures shall comply with the Interstate Commerce Regulation, Uniform Freight Classification Rules, or regulation of other carriers as applicable to the mode of transportation. The items to be furnished hereunder shall be labeled with the purchase order number and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination clause. PAYMENT - The Contractor must be registered for Electronic Funds Transfer (EFT) payments in the Central Contractor's Registration (CCR) database to receive payment. Payment may be made by a Government purchase order or Government Credit Card. Final payment shall not be made unless and until the equipment and documentation have been received and are accepted by the Technical Representative. WARRANTY - The Contractor shall provide a standard commercial warranty for these types of supplies. The NAICS Code is 334516 with a size standard of 500 employees. This procurement is unrestricted. This is not a request for proposal. No solicitation is available. Companies with the demonstrated capability and financial capacity to provide and service such equipment, and warranty must submit a written substantive statement outlining the Company's and systems' capabilities, available service agreements and consumables (including price lists). This announcement and any other documents related to this procurement will be available electronically at the Internet site http://www.fdo.gov. The Contractor is responsible for monitoring the FBO website for information relating to this requirement. Offerors will be responsible for downloading their own copy of these documents. Contractors are required to acknowledge receipt of all Amendments (if any). If no affirmative responses are received with 5 calendar days of publication of this notice to determine whether a qualified source is more advantageous to the Government, an order will be placed with Beckman Coulter, Inc. under the authority of FAR 6.302.
 
Place of Performance
Address: USDA, ARS, NAA, Beneficial Insect Introductions Research Unit, 501 South Chapel Street
Zip Code: 19713
Country: UNITED STATES
 
Record
SN01144812-W 20060917/060915220356 (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.