Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOLICITATION NOTICE

66 -- PLATE READER - Provisions and Clauses

Notice Date
9/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area, Area Office, 1815 N. University Street, Peoria, Illinois, 61604, United States
 
ZIP Code
61604
 
Solicitation Number
AG-52KJ-S-09-AA74
 
Archive Date
10/3/2009
 
Point of Contact
Danielle Cooley, Phone: 765-494-5607
 
E-Mail Address
danielle.cooley@ars.usda.gov
(danielle.cooley@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Provisions and clauses applicable to this solicitation. 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. This solicitation number AG-52KJ-S-09-AA74 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-36. The NAICS code is 334516. The small business size standard is 500 employees. The USDA-ARS-CICG in Ames, Iowa, has a requirement to purchase a plate reader to conduct absorbance, luminescence, fluorescence, time resolve fluorescence, and fluorescence polarization assays to accomplish OSQR approved milestones. The item offered must meet or exceed the following SALIENT CHARACTERISTICS: 1) Using a 384-well black plate, repeated fluorescence polarization assays of fluorescein at 1 nM in a 40uL volume must have a standard deviation of less than 5 mP; 2) Must be a benchtop unit with maximum dimensions of 60cm X 60cm X 60cm and not weighing over 55kg; 3) Must read 96 and 384 well plates; 4) Must shake using linear, orbital and double orbital motions with adjustable duration, speed and amplitude; 5) Must be able to incubate at temperatures from ambient up to 50 degrees C with accuracy to 0.2 degrees; 6) Must be able to be programmed to take timecourse readings over a timespan of at least 36 hours; 7) Must be compatible with Microsoft XP-SP3 operating system. SHIPPING: FOB Destination. Delivery to: USDA-ARS-CICG, Ames, Iowa 50011. QUOTE PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE: The Government requires delivery on or before 60 days ARO or as soon as available; each Offeror shall include their proposed delivery schedule as part of their quotation. EVALUATION-COMMERCIAL ITEMS: The Government will award a contract 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. The following factors shall be used to evaluate offers: (i) Technical capability to meet the Government requirement including delivery date; (ii) Past performance; (iii) Price. Technical capability and past performance, when combined, are more important than price. Award will be made based on the overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS - Each quotation 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: A) All quotes will be rated against the salient characteristics and minimum requirements. B) Delivery. C) Warranty. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. 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. DESCRIPTIVE LITERATURE: The Offeror shall include two copies of the descriptive literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. 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, unit price, and total price; 2) Minimum three to five references for the proposed requirement (government references are preferred, but commercial references will also be accepted), including name, address, phone and fax numbers, and if possible, email address of the contact person; and 3) A completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (a copy is attached; it may also be obtained at http://www.arnet.gov/far). REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quotation without further discussions. All responsible sources may submit an offer which will be considered. PROVISIONS AND CLAUSES APPLICABLE TO THIS SOLICIATION: See the attached document for a full list of provisions and clauses applicable to this acquisition, including a full-text copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS. Offers must be furnished to Danielle Cooley, Contracting Officer, USDA-ARS, 275 S. Russell Street, West Lafayette, IN 47907, and must be received no later than 5 :00 p.m., September 18, 2009. Quotation documents may also be furnished by fax at (765) 494-1705 or email to danielle.cooley@ars.usda.gov. Additional information may be obtained by contacting the Contracting Officer by phone at (765) 494-5607 or at the email address listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-52KJ-S-09-AA74/listing.html)
 
Place of Performance
Address: USDA-ARS-CICG, AMES, Iowa, 50011, United States
Zip Code: 50011
 
Record
SN01945116-W 20090910/090909083905-c15e6835844dc1ac547383ec9f52431d (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.