SOLICITATION NOTICE
66 -- dsDNA Fragment Analysis System
- Notice Date
- 6/16/2010
- 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-63VY-S-10-0005
- Archive Date
- 6/30/2010
- Point of Contact
- Randall W Kiehne, Phone: 651-649-5047
- E-Mail Address
-
randy.kiehne@ars.usda.gov
(randy.kiehne@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- dsDNA Fragment Analysis System-Instrument must meet the mandatory requirements specified below. Specifications: Must be capable of simultaneous, parallel injection and separation of an entire 96-well plate in one electrophoresis run, Must be able to perform sample injections by both vacuum and voltage injection modes, Must provide analysis of two 96-well sample plates unattended without any user intervention or additional robotics/liquid handling required, Must have demonstrated sensitivity of at least 5pg/l, Must be able to separate an entire 96-well plate of samples with fragment lengths up to a 1,000bp in under 30 minutes, Must utilize a capillary array format with the ability to use capillary arrays of different lengths, Must have automated flushing of the capillaries between runs to eliminate sample carryover, Must have a data analysis software package capable of sizing, quantification and report generation, Must be able to separate dsDNA fragments from 35bp to 40,000bp, Must use LED based fluorescence with excitation at 470nm, Must come with a computer and all accessories. Interested parties should submit written (mail or email) responses including prices and technical data sufficient to determine capability to meet the entire requirement and must be received in this office within 10 calendar days after publication of this notice. It should be noted that no contract will be awarded on the basis of offers received in response to this notice, but will be used to determine if a comparable source more advantageous to the Government is available. If no affirmative written responses are received, negotiations will be held with Advanced Analytical Technologies, Inc. without further notice. This acquisition is being conducted under the Federal Acquisition Streamlining Act, Simplified Acquisition Procedures. SOLE SOURCE JUSTIFICATION: Upon the basis of the following justification, I, as Contracting Officer, hereby approve the use of other than full and open competition for the proposed contractual action pursuant to the authority of 10 U.S.C.2304(c)(1), FAR Subpart 6.302-1(a)(2)(iii), Only one responsible source and no other supplies or services will satisfy agency requirements. JUSTIFICATION 1. Agency and Contracting Activity (FAR 6.303-2(a)(1)). USDA, AGRICULTURAL RESEARCH SERVICE, Midwest Area, Procurement & Property Section 2. Nature/Description of Action(s) (FAR 6.303-2(a)(2)). a. This contracting action is to obtain One(1) dsDNA Fragment Analysis System (AdanCE FS96). 3. Description of Supplies/Services (FAR 6.303-2(a)(3)). Vendor is to follow the scope of work detailed above. 4. Identification of Statutory Authority (FAR 6.303-2(a)(4)). 10 U.S.C. 2304 (c)(1), FAR Subpart 6.302-1. The Item/service required by the agency are available from only one responsible source and no other type of Items/services will satisfy the Agency requirements. 5. Demonstration of Contractor's Unique Qualifications (FAR 6.303-2(a)(5)). a. Only one responsible Source and No Other Supplies or Services will satisfy Agency Requirements (FAR 6.302-1(a)(2)) (1) FAR 6.302-1(a)(2) states, "When the supplies or services required by the agency are available from only one responsible source, or for DOD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided for." (2) The named vendor is the manufacturer and installer of the Item and provides service and maintenance. 6. Federal Business Opportunities - FedBizOpps.gov (FBO) Announcement/Potential Sources (FAR 6.303-2(a)(6).. 7. Determination of Fair and Reasonable Cost (FAR 6.303-2(a)(7). Location Engineering Staff did a thorough review of the work elements and a subsequent price analysis determined the price to be fair and reasonable. 8. Description of Market Research (FAR6.303-2 (a)(8). USDA/ARS is constantly surveying the market and from this experience knows that the service is proprietary and only available from the vendor identified. 9. Listing of Interested Sources (FAR 6.303-2(a)(10). No other sources are available at this time. 11. Actions Taken to Remove Barriers to Competition (FAR 6.303(a)(11)). Vendor surveys are done from time to time to see if other existing items can meet the research requirements 12. Technical Requirements and Certifications; (FAR 6.303-1(b) and FAR 6.303-2(b) I certify that the facts and representations under my cognizance which are included in this justification and which form a basis for this justification are complete and accurate. CONTRACTING OFFICER CERTIFICATION: (FAR 6.303-1(A), 6.303-2(A)(12) I certify that this justification is accurate and complete to the best of my knowledge and belief. //s// Name: Randall Kiehne Title: Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-63VY-S-10-0005/listing.html)
- Place of Performance
- Address: USDA-ARS-CDL, 1551 Lindig Street, St Paul, Minnesota, 55108, United States
- Zip Code: 55108
- Zip Code: 55108
- Record
- SN02179418-W 20100618/100616235140-1e3b18b432d5cf60e4517bfeffb484bf (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 |