Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2003 FBO #0533
SOLICITATION NOTICE

66 -- Micro Arraying Robot, 48 pin Print Head, Micro Spotting Pins

Notice Date
5/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Procurement and Property Division, Contracts Branch, 5601 Sunnyside Avenue, Building 3, Mailstop: 5116, Beltsville, MD, 20705
 
ZIP Code
20705
 
Solicitation Number
RFQ-10-3K06-03
 
Response Due
5/26/2003
 
Archive Date
6/10/2003
 
Point of Contact
Patrick Reilly, Contract Specialist, Phone 301-504-1715, Fax 301-504-1717, - Lyndia Countee, Contract Specialist, Phone 301-504-1700, Fax 301-504-1717,
 
E-Mail Address
preilly@ars.usda.gov, lcountee@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 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. Solicitation No. 10-3K06-3 is a Request for Quote. The solicitation documentation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-13. This is a 100% small business set-aside. The NAICS code applicable to this acquisition is 334516. For a company to qualify as a small business, the small business standard is 500 employees. Award will be made to a small business provided that a minimum of two competitive offers are received from small business concerns; if two or more offers are not received from qualified small businesses, award will be made on the basis of full and open competition from among all responsible business concerns submitting offers. The USDA, ARS, NCAUR has a Brand Name or Equal requirement for the following: Line Item 0001- Quantity 1- Omni Grid 300 Micro arraying Robot Product ID: OGR-10-SV3-CS, Manufacturer: Gene Machines, Genomic Instrumentation Service, Inc. Specifications: Humidification Control, printable slide capacity of 200 or more, Automated Plate Loading, Wash Station and Vacuum Dry, Flow-through sonication station. Line Item 0002 ?Quantity 1- TeleChem 48-pin Print Head, Product ID: MST-SPH48. Manufacturer: Telechem Inc. Specifications: Maximum 48 pins, Sample loading 8 per 384 plate, Line Item 0003- Quantity 48- TeleChem stealth micro spotting pins, Product ID MST-SMP3, Manufacturer: TeleChem Inc. Specifications: Spot Diameter 90-100 mm, Density 6000 spots per cm2, Uptake volume 0.25 ml and Delivery Volume 0.6 nl. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the Descriptive Literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quotation without further discussions. All responsible sources may submit an offer which will be considered. FAR 52.252-1 Solicitation Provisions Incorporated by Reference are as follows: FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Provide with Quote); FAR 52.211-6, Brand Name or Equal; 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 52.214-21, Descriptive Literature; 52.222-21, and FAR 52.222-22 (Provide with Quote), 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 (April 2003) are applicable to this acquisition: FAR 52.233, Protest After Award; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.222-19 Child Labor-Cooperation with Authorities and Remedies: 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; 52-225-3, Buy American Act - North American Free Trade Agreement - Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products (E.O. 12849); 52.232-34, Payment by Electronic Funds Transfer - Other Than Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332). The above FAR clauses may be viewed at http://www.arnet.gov/far/. SHIPPING: FOB Destination. DELIVER TO: USDA-ARS, NCAUR 1815 N. University St., Peoria, Illinois 61604-3999 DOCUMENTS INCLUDED IN RFQ: In order to be considered for award Offerors shall provide 1) a quotation on company letterhead detailing the item description, quantity, unit price, and extended price; 2) descriptive literature, brochures; 3) at least 3 to 5 references for the proposed equipment. References must have received the proposed equipment within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the product quoted; and 4) Duns Number. QUOTATION PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery of equipment no later than July 31, 2003; however, each offeror shall include their proposed delivery schedule as part of their quotation. Delivery period is critical. 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. 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.arnet.gov/far. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement. Furnish quotations to Patrick Reilly, Contract Specialist, USDA, ARS, PPD, Contracts Branch, 5601 Sunnyside Ave., Beltsville MD 20705-5116, no later than 2:00 p.m., May 26, 2003. Quotations may be submitted by e-mail to Preilly@ars.usda.gov.. Additional information may be obtained by contacting the Contract Specialist at (301) 504-1715 or email below.
 
Place of Performance
Address: USDA-ARS, NCAUR, 1815 N University Street, Peoria, IL
Zip Code: 61604
Country: USA
 
Record
SN00323734-W 20030516/030514213208 (fbodaily.com)
 
Source
FedBizOpps.gov 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.