SOLICITATION NOTICE
99 -- Assay kits to quanitfy abasic sites in genomic DNA - RFQ
- Notice Date
- 7/10/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), NOAA/NOS/NCCOS/CCEHBR, 219 Ft Johnson Road, Charleston, South Carolina, 29412
- ZIP Code
- 29412
- Solicitation Number
- EA133C09RQ0864
- Archive Date
- 8/8/2009
- Point of Contact
- Karen Laskowski, Phone: 843-762-8564
- E-Mail Address
-
karen.laskowski@noaa.gov
(karen.laskowski@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Requirements for kits The U.S. Department of Commerce, NOAA, National Ocean Service, Center for Coastal Environmental Health and Biomolecular Research has a requirement for the purchase of 16 assay kits to quantify abasic sites in genomic DNA as a form of DNA damage assessment. The kits must use the ARP (Aldehyde Reactive Probe) methodology with the ARP reagent that reacts specifically with an aldehyde group which is the open ring form of the AP sites. The kit must have quality controlled individual DNA-AP site standards ranging from 0-40 ARP-DNA sites. Quantification must use an avidin-biotin-horseradish peroxidase reporting system in a 96-well plate format. The first kit is due for delivery 4 weeks from date of award with subsequent orders for the remaining kits due within 4 weeks from request date. The kits must contain: 10mM ARP solution (250 µl) ARP-DNA standard (0. 2.5, 5, 10, 20, and 40 ARP per 10 5 bp DNA, minimum 425µl each standard point) DNA binding solution (10 ml) Substrate solution (10 ml) TE buffer (15 ml) HRP-streptavidin (25 µl) Washing buffer powder (for 1L) Filtration tubes (20) 96-well microplate (1) Manual (1) The kits must be made available for shipping on an as-needed basis due to the short shelf life of the reagents. All responses must include all shipping costs associated with EACH delivery. This procurement is a TOTAL SMALL BUSINESS SET-ASIDE. The associated North American Industry Classification System (NAICS) code is 541712 with a small business size standard of 500 employees or less. The Federal Supply Class (FSC) is 6640. The government intends to award a firm-fixed price purchase order for this requirement utilizing simplified acquisition procedures. The Request for Quotations is only available on line by downloading from this site. In order to comply with the Debt Collection Improvement Act of 1996, ALL CONTRACTORS must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal contract. For information regarding registration in CCR, contact the CCR website at www.ccr.gov/index.cfm. Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number. All responsible sources may submit a quotation which shall be considered by the agency. Quotes are to remain effective for 30 days after close of solicitation. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service. Potential offerors may direct all inquiries pertaining to the solicitation in writing to Karen.Laskowski@noaa.gov or faxed to 843-762-8700. Telephone requests will not be honored. This is a Commercial Acquisition and Federal Acquisition Regulations Part 12 apply
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CCEHBRMD/EA133C09RQ0864/listing.html)
- Place of Performance
- Address: Center for Coastal Environmental Health and Biomolecular Research(CCEHBR), 219 Fort Johnson Road, Charleston, South Carolina, 29412, United States
- Zip Code: 29412
- Zip Code: 29412
- Record
- SN01872506-W 20090712/090711001413-9ba7d12c37801e18278fa29cbffbb5df (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 |