Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
SOLICITATION NOTICE

66 -- Flow Cytomoter

Notice Date
1/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area, Area Office, 1815 N. University Street, Peoria, Illinois, 61604, United States
 
ZIP Code
61604
 
Solicitation Number
AG52KJS10AA27
 
Archive Date
2/20/2010
 
Point of Contact
Danielle Cooley, Phone: 765-494-5607
 
E-Mail Address
danielle.cooley@ars.usda.gov
(danielle.cooley@ars.usda.gov)
 
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 a written solicitation will not be issued. Solicitation No. AG-52KJ-S-10-AA27 is being issued as a Request for Quote (RFQ). The Government intends to award a Firm Fixed-Price Contract.This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The NAICS code applicable to this acquisition is 334516. This is a Total Small Business Set-Aside. For a company to qualify as a small business, the small business size standard is 500 employees or less. The USDA-ARS in West Lafayette, Indiana, has a requirement for a flow cytometer, which must meet the following specifications: 1. Both 488 nm & 640 nm excitation 2. 4-color emission detection (530/30nm, 585/40nm, 670 nm LP, 675/25nm) 3. At least 16,500,000 data channels 4. More than 6 decade simultaneous Dynamic range 5. <750 MESF sensitivity FITC 6. 2 ± 0.05% for CEN linearity 7. Maximum acquisition rate: 10,000 events per second 8. Absolute cell count capability 9. 2.1 ft 2 footprint, less than 30 lbs. (0.6401 m 2, less than 13.6 kg) 10. Less than 0 watts power required 11. USB 2.0 plug-n-play PC interface 12. Fixed voltage and gain settings EVALUATION PROCEDURES: 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. The following factors shall be used to evaluate offers: Price, Technical Acceptability, Warranty. DELIVERY: FOB Destination. Items shall be delivered within 60 days after receipt of order to USDA-ARS, 125 S. Russell St., West Lafayette, IN, 47907. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a quote on company letterhead including company DUNS #; 2) Offerors shall include a completed copy of the provision FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS, with this offer. FAR 52.212-3 can be found on-line at www.arnet.gov/far. PROVISIONS AND CLAUSES: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.arnet.gov/far. 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: www.arnet.gov/far. The following provisions and clauses apply to this acquisition and are hereby incorporated by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items •2. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (MUST provide with quote) •3. 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 ; •4. FAR 52.212-4, Contract Terms and Conditions - Commercial Items with the following addenda to FAR 52.212-4: FAR 52.247-34, FOB Destination; •5. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following FAR clauses cited in 52.212-5 are applicable 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-36, Payment by Third Party (31 U.S.C. 3332); and •6. FAR 52.233-3, Protest After Award. Furnish quotations to Danielle Cooley, Contracting Officer, USDA-ARS, 275 S. Russell St., West Lafayette, IN 47907, no later than 2:00 p.m., February 5, 2010. Quotations and other requested documents may be provided by facsimile to (765) 494-1705 if desired. Additional information may be obtained by contacting the Contracting Officer at (765) 494-5607 or email above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG52KJS10AA27/listing.html)
 
Record
SN02046243-W 20100123/100121234651-a17438dba731648fb729c0057c36ad58 (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.