Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2006 FBO #1838
SOLICITATION NOTICE

65 -- TISSUE COLLECTION SYSYTEM BASED ON FILTER PAPER TYPE MEDIUM

Notice Date
12/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
76163
 
Response Due
12/28/2006
 
Archive Date
1/12/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The USDA, Animal Plant Inspection Service (APHIS), Veterinary Services (VS), Warehouse Kansas City, MO, intends to issue a One (1) year contract with One (1) Option year to procure a tissue collection system based on a filter paper type medium suitable for tissue capturing, preserving of nucleic acids, and storage of the preserved tissue for along period of time at room temperature. Tissue cards must be packaged in packages of 100 and each package must be marked with stock number Z888-00-000-0570. Submit faxed quotations to Purchasing Section, at (612) 370-2136, Attention Dennis Barry. QUOTATIONS ARE DUE December 28, 2006 BY 10:00 a.m. local time. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. A firm fixed price purchase order will be awarded. F.O.B. Kansas City, MO. NAICS Code: 334513 THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation document incorporates provisions and clauses which are in effect through the most current Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference: Instructions to Offerors Commercial Items 52.212 1; Evaluation Commercial items 52.212 2; Offeror Representations and Certifications 52.212 3; Contract Terms and Conditions Commercial Items 52.212 4; Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items 52.212 5; 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; 52.222-3 Convict Labor; 52.222-19 Child Labor ? Cooperation with Authorities and Remedies; 52.222-26 Equal Opportunity; 52.222-21 Prohibition of Segregated Facilities; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act; 52.225-3 Buy American Certificate-Free Trade Agreements-Israeli Trade Act; 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. The above clauses may be viewed on the website: www.arnet.gov/far. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION FOR CONSIDERATION. ******SPECIAL NOTE: Offers shall include 52.212-3 Representations and Certifications, which may be submitted from the website: http://orca.bpn.gov ******* All offers must be signed. The Government will award a firm fixed price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical and past performance when combined are significantly more important than cost or price. All offers shall include: Company Name, Company Address, Company Contact Name and Telephone number, Tax Payer Identification Number, DUNS number and business size. SPECIFICATIONS: Section C. C.1 Specifications for USDA APHIS Sheep Tissue Collection System Based on a Filter Paper Type Medium Suitable for Tissue Capturing, Preservation of Nucleic Acids, and Storage of the Preserved Tissue for Long Periods of time at room Temperature C.2 General Specifications: The USDA APHIS/VS intends to acquire a source of a tissue collection system based on a filter paper type medium suitable for tissue capturing, preservation of nucleic acids, and storage of the preserved tissue for long periods of time at room temperature. Devices that have an established history of satisfactory use for the described purposed may received preferential consideration. (Currently filter paper type medium used by the program is housed at KC Warehouse- stock number Z888-00-000-0570.) C.3 Procedures and Activities Expected from the provider of these Services: ? The system must be in a format which can be used in animal agriculture environments under a wide range of weather conditions. ? The system devices must be resistant to cross contamination and be suitable for identification with pencil or ink markings, or by the attachment of one or more barcode labels. ? Each device should be designed to store a single specimen from a single animal. ? The medium to which the specimen is applied must be capable of rapid tissue capture with the nucleic acids stabilized within 1-2 minutes within the medium. ? The medium must function in a wide range of environmental temperatures and require no refrigeration i.e. ? can be stored at ambient temperatures. ? Tissue cells that contact the medium must undergo lysis and fluids must be trapped in the medium to allow for safe handling and shipment by standard mail. ? The system should permit and facilitate rapid DNA purification by existing, easily acquired laboratory protocols. ? The system must be easily integrated into genotyping laboratory automation schema. ? AHIS will consider bids for devices made specifically for automated platforms as well as simpler designs that do not require an automated laboratory system. ? The medium must allow for DNA archiving for a minimum of 5 years at room temperature. ? The system devices must be packed in a manner that prevents deterioration of the device for a minimum of two years when stored under typical warehouse conditions. ? The vendor must provide documentation that the system has been successfully used for the requested purposes. ? Systems with proven performance in the listed area may be given preference in the selection process. C.4 Quality Control Bidders must demonstrate that their manufacturing practices are subject to a rigorous quality control program and that their manufacturing practices meet international standards where applicable.
 
Place of Performance
Address: 1510 East Banister RD., Kansas City, MO
Zip Code: 64131
Country: UNITED STATES
 
Record
SN01191449-W 20061208/061206220157 (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.