Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2007 FBO #2055
SOLICITATION NOTICE

66 -- GENETIC ANALYZER AND INSTALLATION KIT - 1 EACH

Notice Date
7/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK07T0600
 
Response Due
7/23/2007
 
Archive Date
9/21/2007
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued. The combined synopsis/solicitation number is W91ZLK-07-T-0600. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 05-07. The North American Industry Classification System (NAICS) is 334516 and Small Business size standard is 500 employees. The government intends to award a firm-fixed price Purchase Order resulting from this combined synopsis/solicitation to be delivered at Aberdeen Proving Gr ound, MD for the following items: CLIN 0001 - AB 3130XL GENETIC ANALYZER - INCLUDES: INSTALL CHEMICAL KIT, DATA COLLECTION SOFTWARE, DELL WORKSTATION, USER DOCUMENTATION, LICENSE/WARRANTY, TRAINING - INSTALLATION/ON-SITE TRAINING - APPLIED BIOSYSTEMS P/N 3130XL OR EQUIVALENT - 1 EACH. CLIN 0002 - TF, 3130XL DATA COLLECTION SOFTWARE V3.0 - P/N 4360968 OR EQUIVALENT - 1 EACH. CLIN 0003 - TF, SEQUENCING ANALYSIS, P/N 430967 OR EQUIVALENT - 1 EACH. CLIN 0004 - TF, 3130XL SEQUENCING INSTALLATION KIT, P/N 4361 060 OR EQUIVALENT - 1 EACH. CLIN 0005 - TF, GENEMAPPER - P/N 4360965 OR EQUIVALENT. - 1 EACH. CLIN 0006 - TF, 3130XL FRAGMENT ANALYSIS INSTALLATION KIT - P/N 4361058 OR EQUIVALENT. - 1 EACH. CLIN 0007 -TF, SEQUENCING ANALYSIS & GENEMAPPER - P/N 4361143 O R EQUIVALANT, - 1 EACH. CLIN 0008 - TF,3130XL SEQ/FRAG ANALYSIS INSTALLATION KIT - P/N 4361061 OR EQUIVALENT - 1 EACH. CLIN 0009 - TF, SEQ/A GENEMAPPER AND SEQSCAPE - P/N 4361142 OR EQUIVALENT - 1 EACH. CLIN 0010 - TF, 3130XL SEQ/FRAG ANALYSIS INSTALL KIT - P/N 4361061 OR EQUIVALENT - 1 EACH. CLIN 0011 - TF, SEQSCAPE AND SEQA - P/N 4360968 OR EQUIVALENT - 1 EACH. CLIN 0012 - TF, 3130XL SEQUENCIING INSTALLATION KIT - P/N 4361060 OR EQUIVALENT - 1 EACH. CLIN 0013 - 96-WELL PLATE KIT 3100/3130 SERIES - P/N 4316471 OR EQUIVALENT - 1 EACH. CLIN 0014 - 38-WELL PLATE KIT 3100/3130 SERIES - P/N 316472 OR EQUIVALENT - 1 EACH. CLIN 0015 - MNL, SPSG 3130/3130XL - P/N 4352717 OR EQUIVALENT - 1 EACH. The contract will be awarded to Lowest Price Technically Acc eptable (LPTA). The technical evaluation will be a determination as to equality of the product and shall be based on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the quotation. The following clauses are incorporated by reference. 52.204-7 Central Contractor Registration; 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment; 52.212-1 Instruc tions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items without addenda: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.203-6 Restrictions on Subcontract or Sales to the Government, with Alternate I; 52.219-14 Limitations On Subcontracting; 52-222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition Opportunity for Special Disabled Veterans 52.222-22 Previous contracts and Compli ance Reports; 52.223-11 Ozone-Depleting Substances; 52.225-4 Buy American Act; 52.243-1 Changes-Fixed Price; 52.247-34 F.O.B. Destination; Acceptance shall be at destination; 252.204-7004 Alt A Central Contractor Registration; . Offerors shall include a co mpleted copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items with quotations. DFARS 252.212-7001, Contract Terms and Conditions Requ ired to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this acquisition. The full text of the FAR/DFARS r eferences may be accessed electronically at this address: http://farsite.hill.af.mil and http://www.acquisition.gov/comp/far/index.html. Offers must be signed, dated and received by 11:00 AM (Eastern Daylight Savings Time) on JULY 23, 2007 via fax at 410-3 06-3889 or email at irene.mancuso@us.army.mil at the US Army Contracting Agency, Directorate of Contracting, ATTN: SFCA-NR-APC-T, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. All quotations from responsible sources will be fully conside red. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at http://www.bpn.gov/CCR. For questions conce rning this Request for Quotations, contact Irene Mancuso, Contract Specialist via email to: irene.mancuso@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN01339465-W 20070713/070711224200 (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.