Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1999 PSA#2408

USDA-ARS-National Animal Disease Center, 2300 Dayton Avenue, P.O. Box 70, Ames, IA 50010

66 -- IMAGER SOL RFQ #66-99 DUE 083199 POC Donna M. Haws, Purchasing Agent, 515/663-7246 The United States Department of Agriculture, Agricultural Research Service, National Animal Disease Center has a requirement to purchase an IMAGER. 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; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as Request for Quotation (RFQ) #66-99. This solicitation document and incorporated provisions and clauses are those in effec through Federal Acquisition Circular 90-46. This solicitation is under the Simplified Acquisition Procedures (SAP) and is a Small Business -- Small Purchase Set-Aside. The Standard Industrial Classification (SIC) Code is 3821 and the Business Size Standard is 500 employees. This will be a Firm-Fixed price contract. CLIN 001: IMAGER, 1 EACH. The item you are offering must meet or exceed the following salient characteristics: Must be capable of single color fluorescence detection, direct chemi-luminescence detection, chemi-fluorescence detection, colorimetric detection, densitometry, with sample and gel documentation. Must include high accuracy and throughput by multiplexing standards and unknowns, high sensitivity with manual fluorescent stains and tags, automated multi-channel acquisition and display, and six variable filter positions. Must have cooled CCD technology for enhanced sensitivity and image quality. QUOTING ON BIO-RAD #170-7700 FLURO-S MULTILMAGER OR EQUAL. QUOTERS SHALL SUBMIT MANUFACTURER'S DATA, DESCRIPTIVE MATERIAL, OR OTHER INFORMATION ON THE EQUIPMENT TO BE FURNISHED UNDER THIS REQUEST FOR QUOTATIONS. PER FAR 13.106-2, AWARD WILL BE MADE TO ENSURE THAT THE PURCHASE IS THE MOST ADVANTAGEOUS AND OF THE BEST VALUE TO THE GOVERNMENT; BASED ON THE FOLLOWING EVALUATION FACTORS. THE GOVERNMENT WILL SELECT THE FACTORS CONSIDERED TO BE SIGNIFICANT TO THIS PURCHASE: 1) Technical Capability of the item offered to meet the Government's requirement; 2) Price; 3) Past Performance; 4) Warranty Conditions; 5) Maintenance Availability; 6) Quality REFERENCE OF THREE (3) FIRMS FOR WHICH YOU HAVE PROVIDED SIMILAR EQUIPMENT ARE REQUESTED. THESE WILL BE USED IN THE EVALUATION PROCESS. DELIVERY CAN BE MADE WITHIN _______DAYS ARO. QUOTERS MUST QUOTE AN F.O.B. DESTINATION PRICE. Equipment to be delivered to the following address: USDA, ARS, NATIONAL SOIL TILTH LABORATORY, 2150 PAMMEL DRIVE, AMES, IA 50011. The provisions at 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-4, Contract Terms and Conditions -- Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items apply to this acquisition. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. SEE Note 1. Posted 08/10/99 (W-SN365924). (0222)

Loren Data Corp. http://www.ld.com (SYN# 0402 19990812\66-0020.SOL)


66 - Instruments and Laboratory Equipment Index Page