Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
SOLICITATION NOTICE

65 -- Genotyping bulls and offsprings - RFQ

Notice Date
9/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Northern Plains Area, Roman L. Hruska U.S. Meat Animal Research Center, Bldg. 1, State Spur 18D, P.O. Box 166, Clay Center, Nebraska, 68933
 
ZIP Code
68933
 
Solicitation Number
AG6538S10AA102
 
Point of Contact
Donita J. Furman, Phone: 402-762-4145
 
E-Mail Address
donita.furman@ars.usda.gov
(donita.furman@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Quotation This is a combined synopsis/solicitation for a commercial item 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; quotations are being requested and a written solicitation will not be issued. The solicitation number AG6538S10AA102 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 2005-32. The NAICS code applicable to this acquisition is 541690 and 541711. CLIN 1 - Qty 67 Genotype 67 CGC bulls (sires) using Bovine SNP50 BeadChip, CLIN 2 - Qty 2000 Genotype 2000 offspring of above sires using Bovine 3K GoldenGate BeadChip. The goal of this project is to use a proprietary Quality Control system. The company must use a ~30 SNP multiplex from the bovine 50K SNP set and then run it on a random sampling of the submitted samples using the Sequenom mass spec platform. This insures robust integrity of sample identification and SNP data throughout the process. The importance for maintaining sample identification cannot be overstated. It is an absolute requirement of the research that these genotypes be matched up to the phenotypic database at Fort Keogh using the sample ID as the key. CCR and ORCA: Vendor must be registered in the Central Contractor Register (CCR) and Online Representation and Certifications (ORCA) prior to the award of the contract. You may register by going to www.ccr.gov. You will need to your Tax ID, Duns Number, Bradstreet number and banking information. This acquisition is being conducted using commercial items best value basis. Evaluation criteria in no order of preference are price, quality, technically acceptable, and past performance. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Please note on your proposal if you will accept a government purchase (VISA) card. This solicitation incorporates the following FAR clauses, provisions and addendums: 52-212-1 Instructions to Offerors-Commercial Item; 52.212-3 Offeror Representations and Certifications-Commercial Items - annual representations and certifications are required. Offers shall include a statement as follows on their offer: the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at http://orca.bpn.gov have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference, except for paragraphs ______________; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. In paragraph B of 52.212-5, the following apply: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-15, 52.223-16, 52.225-3, 52.225-13, 52.225-33, 52.211-6. In the event the vendor will accept payment via the Government Purchase Card (VISA), the vendor shall annotate on its offer that it will accept the purchase card, and clause 52.232-33 will be superseded by clause 52.232-36. All sources wishing to provide a quotation must respond by 3:00 PM, September 24, 2010. Quotations should be addressed to USDA Agricultural Research Service, State Spur 18D Bldg 1, Clay Center, NE 68933. POC Donita Furman, Purchasing Agent, 402-762-4145. Faxed or emailed responses are acceptable. All responses will be evaluated to determine the equipment's capability to meet the above requirements. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/NPAMARC/AG6538S10AA102/listing.html)
 
Place of Performance
Address: USDA, ARS, NPA, Livestock & Range Research Lab, 243 Fort Keogh Road, Miles City, Montana, 59301, United States
Zip Code: 59301
 
Record
SN02282959-W 20100917/100916000046-8ab87a6beee610791444b7ec8f77d15d (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.