Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2003 FBO #0602
MODIFICATION

66 -- Real-Time PCR System

Notice Date
7/22/2003
 
Notice Type
Modification
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Mid South Area Office, 141 Experiment Station Road, Stoneville, MS, 38776
 
ZIP Code
38776
 
Solicitation Number
IFB-2003-4431-037
 
Response Due
8/11/2003
 
Archive Date
8/26/2003
 
Point of Contact
Terry Krutz, Supervisory Contract Specialist, Phone 662-686-5361, Fax 662-686-5373,
 
E-Mail Address
tkrutz@ars.usda.gov
 
Description
This amendment to the synopsis/solicitation corrects item #7 to be shipped to the Houma, Louisiana Laboratory to read: Cat. No. 170-880, iQ SYBR GRN SUPERMIX, 100x50uL, 1 each, and also adds item #8, Cat. No. 170-8890, ISCRIPT CDNA KIT 25 RXNS, 1 each. Item #7 being ship to Stoneville, MS is corrected to read:Cat. No. 170-880, iQ SYBR GRN SUPERMIX, 100x50uL, 1 each, and also adds item #8, Cat. No. 170-8890, ISCRIPT CDNA KIT 25 RXNS, 1 each. All other terms and conditions remain unchanged. 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 solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. 2003-4431-037 is being issued as an Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. The NAICS code applicable to this acquisition is 334516. The USDA, ARS, in Houma, Louisiana and Stoneville, Mississippi have a requirement for a Real-Time PCR systems, "Brand Name or Equal" to Bio Rad, iCycler iQ Real-Time PCR Detection System. Listed are the description of items and quantities required: System for Stoneville, Mississippi: one each of the following: 1. Cat. No. 170-8740, iCycler iQ Optical System for Real-time PCR amplifications. 2. Cat. No. 170-8781, iCycler iQ Filter Set ROX/TExas Red Dyes. 3. Cat. No. 170-8782, iCycler iQ filter Set CY5. 4. Cat. No. 170-8778, iCycler iQ Filter set VIC/HEX/TET/CY3. 5. Cat. No. 170-8890, iScript cDNA kit - 25 RXNs. 6. Cat. No. 170-8860, iQ Supermix - 100 x 50uL RX. 7. Cat. No. 170-8880, iCycler Thermal Cycler 96well x 0.2mL module and base required for iCycler (Item No. 1). 9. Cat. No. 170-8734, SW/Beacon Designer for iCycler iQ - software required for iCycler (Item No. 1). System for Houma, Louisiana: one each of the following: 1. Cat. No. 170-8740, iCycler iQ Optical System for Real-time PCR amplifications. 2. Cat. No. 170-8781, iCycler iQ Filter Set ROX/TExas Red Dyes. 3. Cat. No. 170-8782, iCycler iQ filter Set CY5. 4. Cat. No. 170-8778, iCycler iQ Filter set VIC/HEX/TET/CY3. 5. Cat. No. 170-8890, iScript cDNA kit - 25 RXNs. 6. Cat. No. 170-8860, iQ Supermix - 100 x 50uL RX. 7. Cat. No. 170-8880, iCycler Thermal Cycler 96well x 0.2mL module and base required for iCycler (Item No. 1). 9. Cat. No. 170-8734, SW/Beacon Designer for iCycler iQ - software required for iCycler (Item No. 1). 10. Cat. No. 170-7369, Computer System, Laptop. 11. Cat. No. 170-8720WM, Warranty Extension Agreement - 1 year. 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. 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; 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 (June 2003) are applicable to this acquisition: 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; 52.225-3, 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) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.ARNet.gov/far/. SHIPPING: The systems shall be shipped FOB Destination to: USDA, ARS, Catfish Genetics Research Unit, 141 Experiment Station Road, Stoneville, Mississippi 38776 and USDA, ARS, Sugarcane Research Unit, 5883 USDA Road, Houma Louisiana 70360. QUOTATION PRICE: Price will include all items identified above any freight or shipping as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE: The government requires a delivery date of within 60 days after award, however each offeror shall include their proposed delivery schedule as part of their quotation. FAR 52.212-1, Instructions to Offerors - Commercial, FAR 52.212-2, EVALUATION - COMMERCIAL ITEMS, significant evaluation factors in the relatively order of importance, are (i) technical capability of the item offered to meet the Government requirements; (ii) past performance; (iii) and price (based on FOB destination), technical capability and past performance are significantly more important than price. 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. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. Offers should include a list of at least four references to include company name, point of contact, phone number and fax number. Additional Quotation Information - Descriptive Literature: Offers must submit 2 copies of descriptive literature with the offer even if is has been submitted previously. This literature MUST address all aspects outlined in the specifications. If an area is not addressed in the literature the company must submit a written substantive statement describing such area. FAILURE TO PROVIDE THE DESCRIPTIVE LITERATURE SHALL RESULT IN REJECTION OF YOUR OFFER. References should reflect similar type of work or equipment purchases. Offers to include a commercial warranty for equipment. Offer must include a 60 calendar day acceptance period. Offerors are to be received by close of business August 11, 2003 at the USDA, ARS, MSA, Contracting Office, 141 Experiment Station Road, P. O. Box 225, 141 Experiment Station Road, Stoneville, MS 38776-0225. The POC for this project is Terry A. Krutz (662) 686-5361.
 
Place of Performance
Address: USDA, ARS, MSA, 141 Experiment Station Road, Stoneville, MS
Zip Code: 38776
Country: USA
 
Record
SN00377199-W 20030724/030722213201 (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.