Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2016 FBO #5361
MODIFICATION

66 -- Benchtop Flow Cytometer

Notice Date
7/26/2016
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Agricultural Research Service - Midwest Area
 
ZIP Code
00000
 
Solicitation Number
AG-64PP-S-16-0006
 
Archive Date
8/20/2016
 
Point of Contact
Brionna Wade, Phone: 573-875-5291 x222
 
E-Mail Address
brionna.wade@ars.usda.gov
(brionna.wade@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-64PP-S-16-0006 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88. The NAICS code applicable to this acquisition is 334516. For a small company to qualify as a small business, the small business standard is 500 employees or less. The USDA, ARS, MWA, Biological Control of Insects Research Unit, Columbia, MO. has a need/requirement for a benchtop flow cytometer to analyze insect cell lines. The benchtop flow cytometer shall meet the following specifications: Benchtop Flow Cytometer Specifications: The benchtop system must be able to determine cell ploidy, cell size, cell number, as well as immune-related characteristics and other biochemical parameters of cell lines using fluorescent antibodies. 1) Small footprint that fits our bench top. Maximum size = 15" x 20" x 18" (H x W x D). 2) Uses laminar/sheath flow to continuously move cells single-file into the flow cell. Flow rate must be adjustable, ranging from at least of 15 l/min (or lower) to 100 l/min (or higher). 3) Does not require the user to input PMT or gain adjustments prior to running. 4) Minimal sample size must be 50 L or lower; also must be able to precisely measure the volume of the sample to obtain accurate cell counts (precision peristaltic pumps often best for this purpose). 5) Must be able to acquire at least 5,000 cells per second to allow for rare event analysis. 6) Must be equipped with at least 2 lasers (488 nm and 635-640 nm), two scatter detectors and 4 fluorescent detectors. 7) Must either have or be able to upgrade to have an auto-delivery system for a variety of plate or tube sizes. 8) User must be able to perform routine maintenance operations and to easily change optical filters without the need of a specially trained technician. Likewise, instrument must be able to perform automated cleaning at shutdown without input from user. These capabilities make for a user-friendly operation. 9) Flow cytometer software must be user-friendly and not require a license so the number of users can be expanded at any time. 10) Company must have on-site training 11) Must include one Cell Viability Assay Kit 12) Must include one Cell Cycle Analysis Assay Kit 13) Installation 14) Must have at least a 1 year warranty and the option of an extended warranty. DESCRIPTIVE LITERATURE: Offerors shall submit a copy of the descriptive literature (with pictures) describing their proposed equipment with enough detail to ascertain whether the equipment meets the criteria listed above. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall provide 1) A Quote on company letterhead detailing the item description, unit price per item, and total price; 2) Descriptive literature, brochures, information on service and support; 3) At least 2 to 3 references for the proposed equipment. References must have received the proposed equipment within the last five (5) calendar years (Government references preferred, but will accept commercial references). References shall be provided for the equipment proposed, and if possible, include the email address of the person to be contacted; and 4) Company's DUNS number; 5) GSA Contract number and expiration date (if applicable to equipment requested).; 6) Offerors shall include a completed copy of the provisions FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.acquisition.gov/comp/far/index.html REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); FAR 52.204-7, System for Awards Management (ALL OFFERORS MUST BE REGISTERED AND ACTIVE IN THE SYSTEM FOR AWARDS MANAGEMENT DATABASE IN ORDER TO RECEIVE AN AWARD) The website address for registration is: http://www.sam.gov; and FAR 52.222-22, Previous Compliance Report. FAR 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 apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR 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; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.223-4, Recovered Material Certification; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.225-2, Buy American Act Certificate ; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html. DELIVERY: FOB Destination. DELIVERY TO: USDA-ARS, Biological Control of Insects Research Unit, Columbia, Missouri. QUOTE PRICE MUST INCLUDE any freight, shipping, handling, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The delivery date is TBD, however, each offeror shall include their proposed delivery schedule as part of their quotation. FAR 52.212.-2, EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement, including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. Each Quote shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated against the technical capability of the item offered to meet the Government requirement. B) Delivery. C) Set- up D) Warranty, E) Descriptive Literature. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. 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 those documents related to this procurement, if any. Furnish Quotes to: Brionna D. Wade, Contracting Officer, USDA, ARS, Administrative Office, University of Missouri, 269 Ag Engineering Building, Columbia, MO. 65211. Quotes and other requested documents may be provided by email: Brionna.Wade@ars.usda.gov, Furnish quotes no later than 9:00 a.m. (central time), August 5, 2016. Additional information may be obtained by contacting the Contracting Officer at (573) 875-5291 x222.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5414b19496ab76e5738d7437d8c463bb)
 
Place of Performance
Address: Columbia, Missouri, 65203, United States
Zip Code: 65203
 
Record
SN04196965-W 20160728/160726235633-5414b19496ab76e5738d7437d8c463bb (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.