Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2008 FBO #2340
SOLICITATION NOTICE

66 -- CFX96 REAL-TIME PCR DETECTION SYSTEM

Notice Date
4/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
 
ZIP Code
72079-9502
 
Solicitation Number
FDA-SOL-08-00624
 
Response Due
5/5/2008 3:00:00 PM
 
Point of Contact
Regina R. Williams,, Phone: (870) 543-7012, Barbara J Arnold,, Phone: (870) 543-7483
 
E-Mail Address
regina.williams@fda.hhs.gov, barbara.arnold@fda.hhs.gov
 
Description
The Food and Drug Administration intends to award a Purchase Order for the supplies listed below. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR 13.106. (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is FDA-SOL-08-00624. This solicitation is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24, February 28, 2008. (iv). The associated North American Industry Classification System (NAICS) Code is 334516 – Analytical Laboratory Instrument Manufacturing, Small Business Size Standard 500 Employees. (v) The Food and Drug Administration is soliciting for the following: 1. Part number 1855096, Bio-Rad CFX96 Real-Time PCR Detection System 1 Each 2. Part number 1707368, Bio-Rad Computer System PC 1 Each JUSTIFICATION: The Instrument must be able to utilize the following Bio-Rad patented reagents that are currently utilized in numerous protocols where continuity is of major essence in the reproducibility in quantitative studies of the PCR labs: iScript Select cDNA synthesis kit, iScript One-Step RT-PCR kit with Sybr-Green, iTaq DNA polymerase and dNTP mix, and iTaq SYBR Green Supermix with ROX. Also, the instrument must be compatible with existing Bio-Rad iCycler systems currently utilized in several PCR labs where generated files and upgraded system configurations can be transferred between the two systems. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to finish required representations, or reject the terms and conditions of the solicitation, may be excluded from consideration. FOB Point Destination, with services on-site. Contract type: Commercial Item – Firm Fixed Price. Simplified procurement procedures will be utilized. (vi) The period of performance is 30 days or less after receipt of order (ARO), to be delivered by June 9, 2008. FOB Point of Delivery for Services and Supplies provided will be the National Center for Toxicological Research, 3900 NCTR Road, Jefferson, AR 72079. (vii) The provision at FAR 52.211-6 Brand Name or Equal applies to this solicitation. The following addenda have been attached to this provision: None. (viii) The provision at FAR 52.212-1 Instructions to Offerors – Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. (ix) The Government will award a contract 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. Award will be made for the lowest priced technically acceptable proposal. The government reserves the right to make an award without discussions. Offerors shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offerors equipment. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the government to determine whether the product meets the technical requirements. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. (x) Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders – Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-1, 52.225-3, 52.225-13, and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. CCR Requirement – Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. It is the offeror’s responsibility to monitor the FedBizOpps website for any released amendments to the solicitation. (xiii) A standard commercial warranty on parts and workmanship is required. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. (xv) Offers are due in person, by mail or fax on or before May 5, 2008 by 15:00 hours (Central Standard Time – Local Prevailing Time in Jefferson, Arkansas), at Food and Drug Administration OC/OSS/OFFAS, Attn: Regina Williams, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. (xvi) For information regarding this solicitation, please contact Regina Williams @ (870) 543-7012, FAX (870) 543-7990, email regina.williams@fda.hhs.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3e0ca0fac4cdbe1d4f1b51b60e41e57b&tab=core&_cview=1)
 
Place of Performance
Address: 3900 NCTR ROAD, JEFFERSON, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN01558101-W 20080423/080421215417-3e0ca0fac4cdbe1d4f1b51b60e41e57b (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.