Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2006 FBO #1733
SOLICITATION NOTICE

65 -- In-Vitro transcribed RNA

Notice Date
8/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Veterinary Services, 1800 Dayton Avenue, AMES, IA, 50010
 
ZIP Code
50010
 
Solicitation Number
FBO-AV33683
 
Response Due
9/6/2006
 
Archive Date
9/21/2006
 
Description
This is a combined synopsis/solicitation for commercial supplies prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, 13, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price contract. This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), National Veterinary Services Laboratories. The reference number for this effort is FBO-AV33683 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.arnet.gov/far/ Requirement and Quantities: The USDA, NVSL requires the production of in vitro transcribed RNA for use as a positive control template in official USDA AI and ND rRT-PCR assays. This requirement is for the large-scale production of in vitro transcribed RNA products for the following rRT-PCR assays: AI matrix (1000 vials ? 50ul/vial) AI H5 (1000 vials ? 50ul/vials), AI H7 (500 vials ? 50ul/vials), and ND matrix and vNDV (750 vials ? 50 ul/vials). The in vitro transcribed RNA shall be produced, purified, quantitated, and packaged at a dilution that will result in a cycle threshold (Ct) between 25 and 27 when tested at the 1:100 dilution. The transcribed RNA will be labeled and delivered to the NVSL. In addition the requirement includes the production of 50 ug of four purified quantitated plasmids. The in vitro transcribed RNA will be produced from proprietary plasmids provided to the vendor by the NVSL. The vendor may not distribute the plasmid or the transcribed RNA to any agency, commercial business or individual other than the NVSL, unless written permission is obtained from the NVSL. The contractor must provide 17025 or 9000 ISO certification or other documentation of their quality system. A Statement of Work can be provided upon request. Deliverables and acceptance of deliverables will be FOB destination, at USDA, APHIS, NVSL, Ames, IA 50010. The provision at 52.212-1 Instruction to Offerors ? Commercial applies to this solicitation. The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price, and other factors considered. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. Award will be made to the lowest price technically acceptable responsible bidder whose quote conforms to this solicitation. Compatibility with existing PCR platform is essential. The provision 52.212-3 Offeror Representations and Certifications ? Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The online Reps and Certs application representations and certifications application (ORCA) can be found at http://www.bnp.gov or a hard copy of the provision may be attained from http://www.arnet.gov/far. The clause 52.212-4 contract terms and terms and conditions Commercial items applied to this acquisition. The clause 52.211-6 Brand Name or Equal applies to the acquisition. The clause at 52.212-5 contract terms and conditions required to implement statutes or executive orders commercial items, applied to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on subcontractor sales to the Government; 52.219-6 Notice of total small business set-aside; 52.219-8 Utilization of small business concerns: 52-219-14 limitations on subcontracting; 52.222-3 convict labor; 52.222-19 child labor ? cooperation with authorities and remedies; 52.222-26 equal opportunity; 52.222-21 prohibition of segregated facilities; 52.222-22 previous contracts and compliance reports; 52.222-35 equal opportunity for special disabled veterans of the Vietnam Era, and other eligible veterans; 52.222-25 affirmative action compliance; 52.222-36 affirmative action for workers with disabilities; 52.222-35 employment reports on special disabled veterans, veterans of the Vietnam era, and other Eligible veterans; 52.225-1 Buy American Act; 52.225-2 Buy American certificate; 52.225-13, restrictions on certain foreign purchases; 52.232-33 payment by electronic funds transfer central contractor registration (CCR). To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. Quotations are due to the United States Department of Agriculture, National Veterinary Services Laboratories, 1800 Dayton Ave, Ames, IA 50010 by 2:00 PM CST 9/6/2006. Faxed quotes are acceptable. Contract is Deborah Brock. Ms. Brock may be reach at (515)663-7574 or by fax at (515)663-7247. Complete quote will consist of the following: 1. Price. 2. Signature of the offeror on the page that lists the price. 3. Completed copy of the provisions at FAR 52.212-3 offeror representations and certifications ? commercial items or confirmation that this has been completed on line. If an offerors quote does not contain all of the items listed above, the quote may considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby make an offeror ineligible for award.
 
Place of Performance
Address: Ames, IA
Zip Code: 50010
Country: UNITED STATES
 
Record
SN01123019-W 20060825/060823220237 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.