Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SOLICITATION NOTICE

B -- Titanium 454 Sequencing of Tick Genomic DNA

Notice Date
7/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Southern Plains Area Office, 1001 Holleman Drive East, College Station, Texas, 77840
 
ZIP Code
77840
 
Solicitation Number
AG-7MN1-S-09-0011
 
Point of Contact
Michael A. Douglas, Phone: (979) 260-9480
 
E-Mail Address
michael.douglas@ars.usda.gov
(michael.douglas@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-7MN1-S-09-0011 and is issued as a request for quotation (RFQ). The NAICS is 621511, business size is $12.5 million. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-33. The USDA, Agricultural Research Service, Knipling Bushland U.S. Livestock Insects Research Laboratory, Kerrville, Texas has a need for Titanium 454 pyrosequencing. We require Titanium 454 pyrosequencing on a sample of genomic DNA from the cattle tick, Rhipicephalus (Boophilus) microplus. Approximately 500 micrograms of DNA is available. DNA sample will be provided as sheared double-strand, blunt ended with agarose-gel selected size range of 400-2000 bp. Assembly of sequences into sequence database is not necessary, however, individual sequences must be provided on flash drive or through secure ftp transfer site. Pricing should be based on a cost per sequencing run. The total number of sequencing runs is dependant on the cost per run not to exceed a total contract price of $100,000. Price to include delivery to the USDA, Agricultural Research Service, Knipling-Bushland U.S. Livestock Insects Research Laboratory, 2700 Fredericksburg Road, Kerrville, TX 78028. Final delivery is required no later than November 1, 2009. Each offeror shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. In order to be considered for award offerors shall provide a quotation on company letterhead and include with the bid schedule detailing the unit pricing and references for the proposed item. References must have received the proposed item within the last three calendar years (Government references preferred but will accept commercial references) shall also be provided for the item quoted. The following clauses and provisions apply to this acquisition. 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 applies, with the following clauses from (a) 52.222-3, Convict Labor; 52.233, Protest after award, and (b) FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33,Payment by Electronic Funds Transfer - Central Contractor Registration; applicable to this acquisition; FAR 52.207-5 Option to purchase equipment; FAR 52.217-9 Option to Extend the Term of the Contract: FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS. Offerors shall include a completed copy of the provision at FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://acquisition.gov/far/index.html. 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 these documents (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. Furnish quotations to Michael Douglas, Contracting Officer, no later than COB 4:30p.m., July 28, 2009. Quotations must be received in writing via facsimile, Email or mail to the contacts listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SPAO/AG-7MN1-S-09-0011/listing.html)
 
Place of Performance
Address: 2700 Fredericksburg Road, Kerrville, Texas, 78028, United States
Zip Code: 78028
 
Record
SN01862853-W 20090703/090702001642-1071574645ca9a59cce9c61d1f870d29 (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.