Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2010 FBO #3128
MODIFICATION

69 -- miRNA PCR Array Plates & Necessary Plate Processing Supplies

Notice Date
6/16/2010
 
Notice Type
Modification/Amendment
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
1075176
 
Archive Date
7/10/2010
 
Point of Contact
Howard Nesmith, Phone: 8705437459
 
E-Mail Address
howard.nesmith@fda.hhs.gov
(howard.nesmith@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) 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 government intends to issue a Purchase Order in accordance with FAR PART 13.106 for the attached requirement under Simplified Acquisition Procedures. The solicitation number is 1075176. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. The associated North American Industry Classification System (NAICS) Code is-325414- Biological Product (except Diagnostic) Manufacturing; Small Business Size Standard is 500 in number of employees. This action will be a total small business sat aside. Offerors are responsible for delivery in person, by mail, fax, e-mail or delivery providers their completed proposal and any additional documents before 1:00 pm (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on June 25, 2010 to the Attention of Howard Nesmith at the Food and Drug Administration, OC/OSS/OAGS, 3900 NCTR Road, Jefferson, AR 72079-9502. When appropriate, Offerors should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time. For information regarding this solicitation, please contact Howard Nesmith @ (870) 543-7459, FAX (870) 543-7990, e-mail howard.nesmith@fda.hhs.gov. The Food and Drug Administration is soliciting for miRNA PCR Array Plates & Necessary Plate Processing Supplies. Item #1 Quantity - 9 Unit Price _______________ Extended Price _______________ RT2 miRNA PCR Array Rat Genome 384-Well To obtain high-quality and genome-wide miRNA expression data by RT-PCR protocol. Integrates a universal tailing and reverse transcription reaction specific for miRNA with the accurate expression level measurement of distinct miRNA sequences that may only differ by a single nucleotide base. • Sensitivity: As little as 0.5 µg total RNA needed to analyze all miRNAs annotated in Sanger miRBASE Release 14 • Multi-Sequence Flexibility: Analyze up to 376 sequences simultaneously • Simplicity: As easy as a real-time PCR experiment Make:__________________________ Model:_________________________ Part Number:____________________ Item #2 Quantity - 18 Unit Price _______________ Extended Price _______________ RT2 Real-Time PCR SYBR Green/ROX Master Mix 24-pack 2X For 12 PCR Arrays Make:__________________________ Model:_________________________ Part Number:____________________ Item #3 Quantity - 10 Unit Price _______________ Extended Price _______________ RT2 miRNA First Strand Kit First Strand Kit provides a rapid and convenient procedure for efficient universal reverse transcription from microRNA. All-in-one kit designed and optimized for real-time PCR-based miRNA expression analysis with miRNA qPCR Arrays and miRNA qPCR Assays. Single Tube Reaction 1) adds poly-(A) chain to the 3'-end of the miRNA 2) primes reverse transcription in an unbiased manner with an optimized and proprietary sequence tagged with oligo-d(T) 3) synthesizes cDNA product with optimal yield The kit also contains a built-in miRNA External RNA Control (miRNA ERC) to help monitor reverse transcription efficiency and test for enzyme inhibitors contaminating your RNA samples. The miRNA ERC is converted into cDNA template and detected by the appropriate control wells in the miRNA qPCR Arrays. The magnesium, nucleotide, and other buffer component concentrations are also the most compatible with RT˛ SYBR® Green qPCR Master Mixes when used for miRNA expression analysis with miRNA qPCR Arrays and miRNA qPCR Assays. Make:__________________________ Model:_________________________ Part Number:____________________ FOB Destination - U.S. Food and Drug Administration, National Center for Toxicological Research, 3900 NCTR Road, Jefferson, AR 72079-9502. *** PRICE QUOTED MUST INCLUDE SHIPPING & HANDLING & NOT *** *** LISTED AS A SEPARATE LINE ITEM OR ADDED LATER *** Contract Type - Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. 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. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the items offered to meet the Government's requirement. (ii) Price. The government will award the purchase order to the lowest price technically acceptable quote. Technical acceptability will be determined by review of information submitted by the quoter which must provide a description in sufficient detail to show that the product/service quoted meets the Government's requirement. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov. 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. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or 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, 52.225-3, 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.arnet.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. A standard commercial warranty on parts and workmanship is required. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1075176/listing.html)
 
Place of Performance
Address: U.S. Food & Drug Administration, National Center for Toxicological Research (NCTR), 3900 NCTR Rd, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN02179244-W 20100618/100616235019-fb4fb21d928bcce3005394ea55ed87a9 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.