Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2007 FBO #2069
SPECIAL NOTICE

66 -- Gel Permeation Chromatography (GPC) Units

Notice Date
7/25/2007
 
Notice Type
Special Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of Agriculture, Food Safety and Inspection Service, Procurement Management Branch, 5601 Sunnyside Avenue, Mail drop 5230, Beltsville, MD, 20705, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FSIS-31-B-07
 
Response Due
8/3/2007
 
Archive Date
8/18/2007
 
Description
USDA, Food Safety and Inspection Service (FSIS) has a requirement for two (2) Gel Permeation Chromatography (GPC) units with an automated Inline Concentration System (ICS). Part numbers are as follows: Part Number J543, AccuPrep Multi-Platform Systems (MPS) Direct Inject GPC Cleanup System; Part Number JAV100-115 AccuVap Inline Concentration Module for AccuPrep MPS GPC Cleanup System; Part Number JPrep, AccuPrep MPS Control Software for GPC Cleanup; Part Number JVap, AccuVap tm Control Software for GPC+Evap and Concentration Only; Part Number JChrome, AccuChrome Chromatography and Reporting Software; Part Number CO770, Express GPC Column, 70/30 Ethyl Acetate/Cyclopentane; Part Number IPC-KT, Internal Control Package; Part Number PS1050X, Uninterrupted Power Supply (UPS) with Intelligent Control Box; Part Number, INSTALL, on-site installation and training; Part Number DT0002X, Internal UV Detector; Part Number Training, 1/2 day training; Part Number EXWARR, one year warranty; Part Number J-LIMS, Laboratory Information Management System (LIMS) Sample Export Option; Part Number AV060, Solvent Recovery Condenser Module; and Part Number CH0001, Chiller, Recirc, 230W@20C, 115V. The contractor shall accept as trade-in an outdated Autovap 1000 system, Serial Number S9253-AV, NFC ID Number AG0002900970. See attached Statement of Work for additional information regarding this procurement. This notice 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, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. The Government intends to acquire a commercial item using FAR Part 12. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 339111/500 employees respectively. The offeror shall state in their offer their size status for this procurement. The Government will consider quotes only from authorize sellers of the J2 Scientific GPC units with an automated ICS. The contractor must bid on all items or will not be considered. Contractors are to include the cost of any shipping charges in their quote. This will be a brand name only procurement, all equipment and associated parts must be J2 Scientific manufactured items. Substitutes will not be accepted based on the attach Brand Name Justification. All responsible sources may submit an offer which shall be considered by the agency. Location of where equipment is to be delivered is Alameda, CA. Delivery is required within 60 days after contract award. Offers for the items(s) described above are due by August 3, 2007, no later than 2:00 PM Eastern Standard Time, to USDA, FSIS, Administrative Services Division, ATTN: Kathy Richardson, 5601 Sunnyside Avenue, Maildrop 5230, Room 2-L182B, Beltsville, MD 20705-5230 and must include, solicitation number, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), cage code, DUNS Number, identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (SEPT 2006), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2007), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.219-6, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.225-1, and FAR 52.232-33. The FAR may be obtained via the Internet at http://www.acqnet.gov/far/loadmainre.html. All contractual and technical questions must be in writing (e-mail or fax) to Kathy Richardson not later than July 27, 2007. E-mail address is Kathy.Richardson@fsis.usda.gov . Fax number is 301-504-4276. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. If offerors are not registered via the ORCA website at http://orca.bpn.gov, offerors shall complete and return a copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These representations and certifications will be incorporated by reference in any resultant contract. It is the offeror's responsibility to monitor the internet site for the release of solicitation amendments (if any).
 
Place of Performance
Address: Alamada, CA
Zip Code: 94501
Country: UNITED STATES
 
Record
SN01351582-W 20070727/070725220421 (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.