Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2007 FBO #1983
SOLICITATION NOTICE

65 -- homogenizer

Notice Date
4/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Veterinary Services, 1800 Dayton Avenue, AMES, IA, 50010, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FBO-GPPI37292
 
Response Due
5/14/2007
 
Archive Date
5/29/2007
 
Small Business Set-Aside
Total Small Business
 
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; quotes are being requested and written solicitation will not be issued. The USDA, Animal and Plant Health Inspection Service (APHIS), National Veterinary Science Lab (NVSL), Ames, Iowa, has a requirement for has a requirement/need for a homogenizer for use with a variety and large number of tissue samples both central nervous system and peripheral tissues derived from animals. This item must meet or exceed the following: THE SALIENT CHARACTERISTICS ARE: The equipment must meet or exceed the following minimum specifications: The equipment must meet or exceed the following minimum specifications: 1) Operating temperature 15-30 degrees C/5-85% relative humidity 2) Uniform temperature homogeneity across block; 3) holds up to 48 grinding tubes with 10mm diameter and 44mm height and must with stand ceramic beads and homogenizing buffer. 4) Operates between 4000 and 6500 rpm and up to 600 grams 5) process tissues between 5-270 seconds, able to process more than 500 samples per hour at maximum capacity. 6) Two predefined programs one for obex and one for peripheral lymph tissues with option of 1 user defined program 7) Programmable with backlit LCD, up to 2 lines and 16 characters long. 4 button keyboard, 8) lightweight, less than 60 lbs, tabletop with max dimensions of 425l x 495w x 490h 9) Please describe available training and installation for this instrument. 10) Please provide a written copy of the warranty provided with this instrument and describe any follow-up service that may be available 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 QUOTE: 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.arnet.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 Quote); FAR 52.212-1, Instructions to offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3 Offeror Representation and Certifications - Commercial Items (Provide with Quote); FAR 52.214-21, Descriptive Literature (Provide with Quote); 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 52.252-2 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 52.222-3, 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; 52.232-33, 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 52.233-3, Protest After Award. The above FAR clauses may be viewed at http://acqnet.gov/far SHIPPING: FOB Destination. DOCUMENTS INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a quotation on company letterhead detailing the item description, unit price 2) descriptive literature, brochures; and 3) 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://acqnet.gov/far. DELIVERY TO: USDA/NVSL/APHIS 1800 DAYTON AVE AMES IA 50010 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 - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance are (i) technical capability of the item offered to meet the Governments requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B Destination), technical and past performance are more important that 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 quote shall respond to each of the evaluation factors identified below. A technical evaluation will be performed on each quote 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 quotes will be rated by comparing descriptive literature against the salient characteristics. B) Delivery C) 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 Governments 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.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement. Quotations are due to the United States Department of Agriculture, National Veterinary Services Laboratories, and 1800 Dayton Ave, Ames, IA 50010 by 2:00 CST May 14, 2007. Faxed quotes are acceptable. Contact is Sarah Schauf. Ms. Schauf may reach at Sarah.C.Schauf @aphis.usda.gov, (515)663-7839 or by fax at (515)663-7247. Complete quote will consist of the following: 1. Price. 2. Signature of the offeror on the page that lists the price 3. Completed copy of the provisions at FAR 52.212-3 offeror representations and certifications ? commercial items or confirmation that this has been completed on line and additional information as outlined above. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby make an offeror ineligible for award.
 
Place of Performance
Address: 1800 DAYTON AVE, AMES IA
Zip Code: 50010
Country: UNITED STATES
 
Record
SN01283856-W 20070502/070430220141 (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.