Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2008 FBO #2448
SOLICITATION NOTICE

99 -- Biochemical Analyses

Notice Date
8/7/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, Illinois, 61604
 
ZIP Code
61604
 
Solicitation Number
AG64PPS08AA03
 
Archive Date
9/6/2008
 
Point of Contact
Karen L. Reddick,, Phone: 573-875-5291
 
E-Mail Address
karen.reddick@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; quotes are being requested and a written solicitation will not be issued. Solicitation No. AG-64PP-S-08-AA03 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. The NAICS code applicable to this acquisition is 541712. For a company to qualify as a small business, the small business standard is 500 employees or less. The USDA, ARS, MWA, Plant Genetics Research Unit, Columbia, MO has a requirement/need for (1) metabolomic analysis of developing soybeans; (2) metabolomic analysis of grass. The starting material will be provided by Plant Genetics Research Unit, Columbia, MO. CLIN No. 1 – Metabolite extraction and separation. CLIN No. 2 – Identification and quantification of low molecular weight metabolites by mass spectrometry. CLIN No. 3 – Both within sample and between sample statistical analyses of the results from mass spectrometry. THE SALIENT CHARACTERISTICS: (1) Low molecular weight compounds (metabolites) must be extracted from samples of plant materials. Analysis must include separation of more than 1,000 metabolites by a combination of liquid chromatography (LC) and gas-liquid chromatography (GLC). (2) The metabolites in the extracts must be identified and quantified using both tandem mass spectrometry (MS/MS) and tandem mass spectrometry with electro-spray ionization (ESI). The spectra must be filtering to remove background noise, and the metabolites must be identified by direct comparison with an in house-generated library of spectra. (3) Output must include data clustering by unsupervised hierarchical analysis. Output must also include a biochemical data file including information about each compound identified (biochemical name, super-pathway and sub-pathway involved, Kyoto Encyclopedia of Genes and Genomes (KEGG) ID, the Human Metabolome Database (HMDB) ID, and, especially, the precise amount detected). Output must include a heat-map statistical analysis showing the fold-change of each compound, grouped by super- and sub-pathway and color coded for increase or decrease relative to control. It is important that the data be received in a timely fashion. The vendor must deliver the fully-analyzed results not more than 60 days after samples are supplied. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, and unit price per item and total price; 2) at least 3 to 5 references for the proposed requirement. (Government references preferred but will accept commercial references). References shall be provided for the service proposed and if possible include the email address of the person to be contacted; 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.acquisition.gov/comp/far/loadmainre.html. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote 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.acquisition.gov/comp/far/index.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; 52.225-13, 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.acquisition.gov/comp/far/loadmainre.html. SHIPPING: FOB Destination. DELIVERY TO: USDA-ARS, Columbia, MO. QUOTE 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 60 days ARO, 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. EVALUATION & 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 or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated against the technical capability of the item offered to meet the Government requirement. B) Delivery. 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, if any. Furnish Quotes to Karen L. Reddick, Contracting Officer, USDA, ARS, MWA, 403 Vandiver Drive, Suite D, Columbia, MO 65202, no later than 2:00 p.m., August 22, 2008. Quotes and other requested documents may be provided by facsimile to (573) 449-6148 if desired. Additional information may be obtained by contacting the Contracting Officer at (573) 875-5291 or email below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=82a44a24a24df9d7b2a96077f8350cba&tab=core&_cview=1)
 
Place of Performance
Address: USDA-ARS-MWA, Plant Genetics Research Unit, 205 Curtis Hall, University of Missouri, Columbia, Missouri, 65211, United States
Zip Code: 65211
 
Record
SN01634001-W 20080809/080807223104-82a44a24a24df9d7b2a96077f8350cba (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.