Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2007 FBO #2102
SOLICITATION NOTICE

66 -- CYCLER/DETECTOR

Notice Date
8/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area National Animal Disease Center, 2300 Dayton Avenue, Ames, IA, 50010, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-6125-S-07-AA20
 
Response Due
9/10/2007
 
Archive Date
11/2/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items identified below, prepared in accordance with the format in FAR Subpart 12 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: offers are being requested and a written solicitation will not be issued. This solicitatioin number: AG-6125-S-07-AA20 is issued as a Request for Quotation (RFQ). This procurement shall be solicited under the Simplified Acquisition Procedures (SAP) and is a Small-Business Set-Aside. The North American Industry Classification System Code (NAICS) code is 339111. The USDA-ARS-National Animal Disease Center, Ames, Iowa, has a requirement to purchase a Cycler/Detector with tube holders, computer workstation, monitor, software and printer. The system must be equivalent to or better than a DuPont Qualicon BAX Systm Q7 (Item #41720001). Please make quotation pricing valid until September 30, 2007. Cycler/Detector System per the following specifications: Instrument must have the absorbance and fluorescence emission spectral range to handle Molecular Beacon, TaqMan (hybridization) and Frequency Resonance Energy Transfer (FRET) formats, including those assays utilizing Texas Red 640; must utilize a 96-well format; must perform melting curve analysis for confirmation of major bacterial food-borne pathogens, such as Campylobacter, Salmonella and Listeria onocytogenes; must have both the minimal footprint not to exceed that of our older DuPont Qualicon BAX system (54 linear inches) and electrical requirements (110 VAC, 60Hz,8 Amps). These are critical so that the new instrument can replace the current system and utilize current available electrical power; must be compatible with a DELL Latitude D610 laptop computer (Windows XP Professional operating system) so that no additional PC purchases are needed; must have a minimal heat output and noise level since it will be located in a crowded work area; must be capable of performing real-time PCR for the direct detection, speciation and enumeration of Campylobacter jejuni, C. coli and C. lari; should also have the capability of semi-quantifying Salmonella following enrichment using real-time PCR formats; should be compatible with real-time thermal cyclers currently in use in Food Safety and Inspection (FSIS) laboratories in order that assays developed on the instrument are directly applicable to FSIS platforms; should be compatible with commercially available PCR detection kits including those manufactured by DuPont Qualicon; must have a minimum of one-year warranty with complete support for service, application needs and software upgrades. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Item; 52.212-3 Offeror Representations and Certification-Comercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial. In Paragraph (B) of 52.212-5, the following apply: 52.203-6 and 52.225-13. The above FAR clauses may be viewed in full text at www.acquisition.gov. All offerors must include copies of 52.212-3 (Representations and Certifications). Faxed quotations are acceptable to Donna Haws at fax number 1-515-663-7482 on or before September 10, 2007. All responses will be evaluated in order to determine the ability to meet the above stated capabilities. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include technical specifications, descriptive material, literature, brochures and other such information corresponding to each minimum required item, which demonstrates the capabilities of the offeror's equipment. Offerors shall identify where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. Offeror shall include references of three (3) firms for which similar equipment was provided. The anticipated award date is before September 30, 2007. All responsible sources may submit a quotation which shall be considered by the Agency.
 
Place of Performance
Address: USDA-ARS-NATIONAL ANIMAL DISEASE CENTER, 2300 DAYTON AVENUE, AMES, IA 50010
Zip Code: 50010
Country: UNITED STATES
 
Record
SN01385901-W 20070829/070827220145 (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.