SOLICITATION NOTICE
66 -- Tissue Grinder ; horizontal semi-automated to bused in ELISA or as starting material for nucleic acid extraction for PCR. e - ATTACHMENTS ON SOL S-09-0185
- Notice Date
- 8/27/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Agriculture, Office of Procurement and Property Management, Procurement Operations Division, 300 7th Street, S.W., Room 377, Reporters Building, Washington, District of Columbia, 20024
- ZIP Code
- 20024
- Solicitation Number
- AG-6395-S-09-0185
- Archive Date
- 10/1/2009
- Point of Contact
- Carol R. Dingess, Phone: 6123363208
- E-Mail Address
-
Carol.Dingess@aphis.usda.gov
(Carol.Dingess@aphis.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- ATTACHMENT 2 PRICING SCHEDULE. PLEASE COMPLETE AND RETURN WITH BID ATTACHMENT 1 NOTE TO OFFEROR. PLEASE COMPLETE AND RETURN WITH BID The United States Department of Agriculture (USDA) Germplasm Quarantine Program in Beltsville, MD needs a horizontal semi-automated Tissue Grinder machine ideal for grinding plant samples in sealed flat containers, like sealable plastic bags. Extracts obtained will be used in ELISA or as starting material for nucleic acid extraction for PCR. Performance required The horizontal semi-automated grinding machine should allow for contained grinding of samples using sturdy heat-sealed plastic bags to hold leaf samples with or without grinding buffer. Contamination should be totally eliminated with the use of the sealed extraction bags during the whole sample grinding process. The machine should be capable of homogenizing small (ca. 200 mg) to big amount (several grams) of samples of various thicknesses per bag. The machine should be able to take sealed bags that can hold as much as 80 ml or 115 ml of buffer. About 250 samples per hour may beprocessed using this machine. Essential physical characteristics The horizontal semi-automated grinding machine should come with a 115-volt external power supply. The machine should not take up more than 3.5-ft long by 2-ft wide bench space due to limited bench space in our laboratories. It is highly preferable that the machine may be stored either vertically (in spaces between cabinets) or horizontally inside a cabinet. This is a great feature because of very limited space in the laboratory in general. Submit faxed quotations to Purchasing Section ag (612) 336-3550, Attention Carol Dingess. Quotations are due by September 16, 2009 by 4:00pm Eastern Time. Simplified Acquisition Procedures will be used per FAR 12. A firm Fixed Price Purchase order will be awarded. *Notice of total Small Business Set Aside under NAICS Code: 334516 Small Business Size: 500 employees NOTICE TO LARGE BUSINESS: The USDA buying activity in Minneapolis, MN is committed to participation of Small Business, Small Disadvantaged Business and Women-Owned Small Business in the performance of work under this solicitation and resultant contract. This is a combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. PROPOSALS ARE BEING REQUESTED AND NO OTHER WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation document incorporates provisions and clauses which are in effect through the most current Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the website www.arnet.gov/far 52.212-1.1 Instructions to offers Commercial items 52.212-2 Evaluation-Commercial Items. 52.212-3 Offeror Representations and Certifications-Commercial Items. 52.212-4 Contract Terms and Conditions-Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items for this solicitation are as follows: 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). *The Buy American Act is waived for an end product that is a COTS item (See 12.505(a)(1)). __ (32)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Feb 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (33) 52.225-5, Trade Agreements (MAR 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (CCR) (Oct 2003) (31 U.S.C. 3332). CCR Information can be found at http://www.ccr.gov All Responsible Small Businesses May Submit a Quotation For Consideration. ***Special Note:*** Offers shall include 52.212-3 Representations and Certifications, Which may be submitted from the website: http://orca.bpn.gov All offers must be signed. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government. Price and other factors considered. Technical and past performance, when combined are significantly more important than cost or price: trade off process. References are requested. The U.S. DEPARTMENT OF AGRICULTURE IS A TAX EXEMPT AGENCY. (EXEMPT FROM STATE AND FEDERAL TAX) SHIPPING ADDRESS Fob Dest. USDA/APHIS/PPQ/RMS Building 580 Powder Mill Road BARC-EAST Beltsville, MD 20705 CONTRACTING OFFICE USDA/APHIS 100 North Sixth Street (5th Floor, Butler Square) Minneapolis, MN 55403 POINTS OF CONTACT Carol Dingess Purchasing Agent Ph: 612-336-3208 Fax: 612-336-3550 Carol.Dingess@aphis.usda.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/OPPM/POD/AG-6395-S-09-0185/listing.html)
- Place of Performance
- Address: USDA/APHIS/PPQ/RMS, Building 580, Powder Mill Road, BARC-EAST, Beltsville, Maryland, 20705, United States
- Zip Code: 20705
- Zip Code: 20705
- Record
- SN01930727-W 20090829/090828084512-3617629d44ac32c1c4ef41fb9dcfa772 (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 |