Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 25, 2008 FBO #2525
SOLICITATION NOTICE

65 -- Reagents for Chicken SNPs

Notice Date
10/23/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, Illinois, 61604
 
ZIP Code
61604
 
Solicitation Number
AG-5114-S-09-BB03
 
Point of Contact
Rebecca A. Holzinger,, Phone: 309-681-6616, Georgetta C Stonewall,, Phone: (309) 681-6624
 
E-Mail Address
becky.holzinger@ars.usda.gov, georgetta.stonewall@ars.usda.gov
 
Small Business Set-Aside
N/A
 
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-5114 S-09 BB03 is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005 27. 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 or less. The USDA, ARS, MWA, Avian Disease and Oncology Laboratory (ADOL) has a requirement/need for a contractor to provide reagents to genotype 60,000 chicken single nucleotide polymorphisms (SNPs). Minimum requirements include: (1) a successful conversion rate for the 60,000+ user-defined SNP assays of 90 percent or greater, (2) a reproducibility rate of 99.9 percent or higher, (3) a shelf life of 3 years or greater, (4) each array must be quality control tested for performance prior to shipment to ADOL, (5) the amount of sample needed must be 200 ng or less of total genomic DNA from chicken, (6) no PCR amplification step or reduction in total genomic DNA complexity is required prior to assay processing to ensure a high throughput, and (7) information on composition of the array is the property of the US government. Arrays must be processed in pre-existing platforms that are widely used, and the total number of arrays is estimated to be 2500. Arrays must be delivered to the customer within 8 weeks after defining the SNPs. The following provisions and clauses apply to this acquisition and can be found in full text at http:/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 Proposal); 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 are as follows: 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://acquisition.gov/comp/far/loadmainre.html. DOCUMENTS TO BE INCLUDED IN PROPOSAL: In order to be considered for award Offerors shall provide 1) a quote on company letterhead; 2) at least 3 to 5 references for the proposed item with complete contact information. References must have received the proposed item within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the item proposed and if possible include the email address of the person to be contacted; and 3) Offerors shall include a completed copy of the provisions FAR 52.212 3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS, with this offer (copy attached). DELIVERY: FOB Destination. The Government requires delivery to be within 8 weeks after defining the SNPs. 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 SNP arrays must be able to be processed using pre-existing and widely available platforms. The SNP arrays must have been shown to work previously with chicken genomic DNA. 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. 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 Proposals to Rebecca Holzinger, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., November 3, 2008. Proposals 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 above.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3cf15e22846f32ecf0e658e3171f56aa&tab=core&_cview=1)
 
Place of Performance
Address: USDA, ARS, MWA, ADOL, 3606 E. Mount Hope, East Lansing, Michigan, 48823, United States
Zip Code: 48823
 
Record
SN01695313-W 20081025/081023220120-3cf15e22846f32ecf0e658e3171f56aa (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.