Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2007 FBO #2068
SPECIAL NOTICE

66 -- Microplate Reader

Notice Date
7/24/2007
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Urbana, IL, 1101 West Peabody Drive Room 180, Urbana, IL, 61801, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-518P-S-07-0051
 
Response Due
8/10/2007
 
Archive Date
8/25/2007
 
Small Business Set-Aside
Total Small Business
 
Description
USDA/ARS, Photosynthesis Research Unit, Urbana, IL Location has a requirement for a Multi Detection Microplate Reader with Luminescence, Flourescence intensity Top/Bottom and UV-Visible Absorbance. We are also requesting training and installation of this instrument. Statement of Work - This instrument will be used for a variety of research purposes, including enzyme assays, metabolite assays and screening. This publication is notification of our Intent to make a Sole Source Purchase for the BioTek Synergy HT 2 (brand name or equal) so that many of the filters and components are compatible with the BioTek Synergy HT, 2 System already in use in our laboratory. The salient characteristics are as follows: 1) A multi-detection microplate that can read 6- to 1536-well plates. 2) The detector should have a narrow band monochromator, optimized filter/dichroic mirror pairing, and three broad spectrum light sources for optimal performance. 3) The detection method should include fluorescence, time resolved fluorescence, fluorescence polarization, luminescence, and UV-visible absorbance. 4) The detector should have temperature control from 4 to 50 degrees Celcius. The absorbance wavelength range should be from 200-999 nm with optical density accuracy of less than 1 percent at 2 OD typical and less than 3 percent at 3.0 OD. 5) The luminescence typical sensitivity should be 30 amol ATP and the fluorescence sensitivity should be ~ 1pM Fluorescein. AGENCY AND CONTRACTING ACTIVITY: USDA/ARS/MWA, Urbana, IL Location DESCRIPTION OF ACTION: USDA/ARS/MWA, Photosynthesis Research Unit has a requirement for an additional BioTek Synergy 2 (brand name or equal) Item no. SFLA, 7092092, Fluorescence Test Plate to be used interchangeably with a BioTek Synergy 2 (brand name or equal) already in use. DESCRIPTION OF SUPPLIES/SERVICES: We have a requirement for a microplate reader system which will be used in our research laboratory for a variety of research purposes as outlined in the above Statement of Work and Salient Characterisics. AUTHORITY CITED FAR Part 6.302-(ii) (A) and FAR Part 5.102-6 REASONS FOR AUTHORITY CITED. FAR Part 6.302 (ii) Supplies may be deemed to be available only from the original source in the case of a follow-on contract or the continued development or production of a major system or highly specialized equipment, including major components thereof, when it is likely that award to any other source would result in (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition. EFFORTS TO OBTAIN COMPETITION: Publish Intent to Award as a Sole Source in FedBizOps. We welcome any and all proposals which meet or exceed these requirements. OTHER SUPPORTING FACTORS: ARS Field Acquisition Manual Exhibit 7C(ii) Justification for Other Than Full and Open Competition Checklist All justifications should contain - Information based on substantial facts. USDA/ARS/MWA has a requirement for an additional BioTek Synergy 2 Microplate reader (brand name or equal) which will be used with a BioTek Synergy 2 System already in use in their on-going research. Clear and complete discussion of reasons why competitive quotations are not practical A duplication of cost to the Government would result from a search for competitive quotes. Sufficient explanation to allow a person without technical competence in the area to follow the rationale - The new instrument must be compatible with the existing one. Facilities or specialized equipment: laboratory. Availability of technical data and other information, including drawings and specifications are available on-line at http://biotek.com/products/detection/php. Description: This Notice of Intent to make a sole source purchase 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; quotes are being requested and written solicitation will not be issued. Solicitation No. AG-518P-S-07-AA 07 is being issued as a Notice of Intent to make a Sole Source Purchase. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. The solicitation is 100 percent set-aside for small business. The NAICS code applicable to this solicitation is 334516. For a company to qualify as a small business, the small business standard is 500 employees. 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 QUOTE: 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 the acquisition and can be found in full text at http://acqnet.gov/far. FAR 52.252-1, Solicitation Provisions provided by Reference are as follows: FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Provide with Quote); FAR 52.212-1, Instructions to offerors Commercial Items; FAR 52.212-2, Evaluation Commercial Items; FAR 52.212-3 Offeror Representation and Certifications Commercial Items (Provide with Quote); FAR 52.214-21, Descriptive Literature (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. 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; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (3 U.S.C 3332); 52-232-36, Payment by Third Party (31 U.S.C 3332) and FAR 52.233-3, Protest After Award. The above FAR clauses may be viewed at http://acqnet.gov/far 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 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 are preferred but will accept commercial references). References shall be provided for the product proposed and if possible include e-mail address of contact person; 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://acqnet.gov/far. DELIVERY TO: USDA/ARS, 147 ERML, 1201 W. Gregory Drive, Urbana, IL 61801. PROPOSAL 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 30 days after award, 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 Governments 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. EVALUATIONS & AWARD FACTORS The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation is determined most advantageous to the government, cost and other factors considered. Each quote shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge and associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated by comparing descriptive literature against the salient characteristics. B) Delivery C) Warranty: Explain all details of the warranty. If an extended warranty is available explain details of extended warranty including price and availability after initial warranty expires. 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 Governments rights under the Inspection clause nor does it limit the Governments 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. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement. Furnish quotes to Randa Plotner, Purchasing Agent, USDA/ARS/MWA, 1101 W. Peabody Drive, 180 NSRC, Urbana, IL 61801, no later than August 10, 2007. Quotes and other requested documents may be provided by facsimile to 217-244-7703 if desired. Additional information may be obtained by contacting the Contracting Officer at 217-244-3262 or e-mail to randa.plotner@ars.usda.gov.
 
Place of Performance
Address: USDA/ARS, 147 ERML, 1201 W. Gregory Drive, Urbana, IL
Zip Code: 61801
Country: UNITED STATES
 
Record
SN01350156-W 20070726/070724220250 (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.