Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
SOLICITATION NOTICE

66 -- BRAND NAME OR EQUAL TO: SEQGEN ABI 3730 DNA Analyzer - RFQ FORM SF-18

Notice Date
8/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
RQ133F-11-RQ-1297
 
Archive Date
9/1/2011
 
Point of Contact
DianaRomero, Phone: 303-497-3761
 
E-Mail Address
diana.romero@noaa.gov
(diana.romero@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ FORM SF-18 COMBINED SYNOPSIS/SOLICITATION BRAND NAME OR EQUAL TO: SEQGEN ABI 3730 DNA Analyzer (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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number RA133F-11-RQ-1297. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (IV) This solicitation is a total small business set aside. The associated NAICS code is 334513. The small business size standard is 500 employess. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 - BRAND NAME OR EQUAL TO: SEQGEN ABI 3730 DNA Analyzer - to include UPS, 3730 table in accordance with the salient characteristics. Quantity 1 each. CLIN 0002 - Shipping Charges - Quantity 1 LS (VI) Description of requirements is as follows: SALIENT CHARACTERISTICS PURPOSE: To develop stocks of sablefish and ling cod for aquaculture requires an understanding of the genetics of the fish that are being bred and their offspring after crossing. To accomplish this, we will employ genetic markers called microsatellites that are developed specifically for sablefish and ling cod. These microsatellites are developed and analyzed using capillary sequencers that can sequence and analyze the microsatellites in a large numbers of samples simultaneously. The "workhorse" in this field has been the ABI 3730 since it can automatically handle large numbers of samples and has a published track record in this field. We would like to purchase a used, refurbished ABI 3730 for this purpose. The cost of the used machine (~$100,000) is substantially lower than for a new ABI 3730 (~$270,000). There are no other capillary sequencers on the market with the technical capabilities listed below. SALIENT SPECIFICATIONS: • Provides both DNA sequencing and microsatellite analysis in the same machine • Fully automated sequencer that can load and run up to 16 plates in a 24 hour period (either 96 or 384) using an autosampler and stacker. This eliminates the need for user intervention for up to 24 or 48 hours • Has capacity for on-board reagents for up to 100 runs. • Can use either 96 or 384 well plates. • Has an optics system that does simultaneous and continuous excitation and detection of all 48 capillaries. • Has sequencing throughput capabilities of 32 (96) well plates a day of 625 bases, or 12 (96) well plates a day of 1050 bases. • Has GeneMapper software to analyze microsatellite data • On-site installation and training Refurbished equipment is acceptable with OEM warranty. (VII) Delivery on or before: October 14, 2011 (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. (a) 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: Delivery, Warranty, Price on an all or none basis. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2011), with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note) (Effective March 1, 2011). (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). (11)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (28) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (36) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (E.O. 13513). (38)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (40) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: None apply (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated By Reference (Feb 1998). This contract incorporates on 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: http://www.arnet.gov (End of Clause) The following additional FAR terms and conditions apply: 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offers in U.S. Currency (Apr 1991) 52.242-15, Stop-Work Order (Aug 1989) Full Text FAR Clauses: None Department of Commerce Clauses: 1352.201-70, Contracting Officer's Authority (Apr 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Quotes are required to be received in the contracting office no later than 04:00 P.M. Mountain Standard Time on August 31, 2011. All quotes must be E-mailed or by faxed to the attention of Diana Romero. The E-mail address is Diana.Romero@noaa.gov and the fax number is (303) 497-7719. (XVI) Any questions regarding this solicitation should be directed to Diana Romero by E-mail: Diana.Romero@noaa.gov or by fax at (303) 497-7719.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RQ133F-11-RQ-1297/listing.html)
 
Record
SN02550884-W 20110828/110826235001-321467d37bed9af09dcb3cc0c0738edb (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.