SOLICITATION NOTICE
68 -- Prepare Daucus Carota BAC Library
- Notice Date
- 5/26/2004
- Notice Type
- Solicitation Notice
- NAICS
- 325414
— Biological Product (except Diagnostic) Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, IL, 61604
- ZIP Code
- 61604
- Solicitation Number
- 5114-4-0029
- Response Due
- 6/9/2004
- Archive Date
- 7/19/2004
- Point of Contact
- Rebecca Holzinger, Contract Administrator, Phone 309-681-6616, Fax 309-681-6683, - Georgetta Stonewall, Contract Specialist, Phone (309) 681-6624, Fax (309) 681-6683,
- E-Mail Address
-
rholzinger@mwa.ars.usda.gov, gstonewall@mwa.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; quotations are being requested and a written solicitation will not be issued. Solicitation No. 5114-4-0029 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-23. The solicitation is 100% set-aside for small businesses. The NAICS code applicable to this acquisition is 325414. For a company to qualify as a small business, the small business standard is 500 employees. The USDA, Agricultural Research Service, MWA, Dept of Horticulture, Madison, WI, has a requirement/need for the preparation of a Daucus carota BAC library of 100,000 clones with average insert greater than 100 kb, or equivalent number of clones to deliver 10X coverage of 1 Gb genome. Vector: Bam H1 or equivalent cut site, Chl (R) E. coli. Delivery Containers: 384 well plates. The starting plant material will be provided by Dept. of Horticulture, Madison, WI. CLIN No. 1 - Preparation of Daucus carota BAC library as stated above. CLIN No. 2 - Duplicate copy of the library. CLIN No. 3 - Vector and list of suggested vectors. THE SALIENT CHARACTERISTICS: the Daucus carota library must meet or exceed these minimum requirements: (1) Must be Daucus carota BAC library of 100,000 clones with average insert size greater than 100 kb or equivalent number of clones to deliver 10x coverage of 1 Gb genome. (2) Must be Library in Bam H1 Vector: or equivalent cut site, and must be chloramphenicol resistant E. coli. (3) Must be delivered in 384 well plates. (4) Starting plant material to be provided by customer - must provide requirements for starting material. 5) No restrictions on Government use of library. 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. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.arnet.gov/far/loadmainre.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, Central Contractor Registration (All Offerors must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. The website address for registration is: http://www.ccr.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 52.222-3, 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; 52.225-1, Buy American Act - Supplies; 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.ARNet.gov/far/loadmainre.html. SHIPPING: FOB Destination. DOCUMENTS INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a quotation on company letterhead detailing the item description, unit price, and extended price; 2) at least 3 to 5 references for the proposed service. References must have received the proposed service within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the service quoted (if possible, include email address of contact person for each reference); 3) Duns Number; and 4) 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/loadmainre.html. DELIVERY TO: USDA-ARS, Madison, WI 53706. 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 on or before 8 weeks from receipt of government furnished material, 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. 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. If any, amendments and documents related to this procurement will be available electronically at the Internet site: http://www.eps.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement. Furnish quotations to Rebecca A. Holzinger, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., June 9, 2004. Quotations and other requested documents may be provided by facsimile to (309) 681-6683 if desired. Additional information may be obtained by contacting the Contracting Officer at (309) 681-6616 or email below.
- Place of Performance
- Address: USDA, ARS, Dept of Horticulture, 1575 Linden Drive, Madison, WI
- Zip Code: 53706
- Country: USA
- Zip Code: 53706
- Record
- SN00592724-W 20040528/040526211649 (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 |