Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2011 FBO #3469
SOLICITATION NOTICE

66 -- Fast Prep-24 Tissue Homogenizer – Brand Name or Equivalent - Attachment 1

Notice Date
5/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
APHIS-S-11-519709
 
Archive Date
6/18/2011
 
Point of Contact
Carol R. Dingess, Phone: 612-336-3208
 
E-Mail Address
carol.dingess@aphis.usda.gov
(carol.dingess@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1 IFB - APHIS-S-11-509709 Due 06/02/2011 (I) This is a combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, in conjunction with FAR 13, as applicable, and as supplemented with additional information included in this notice. (II) THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. BIDS ARE BEING REQUESTED AND NO OTHER WRITTEN SOLICITATION WILL BE ISSUED. (III) 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 and http://www.da.usda.gov/procurement/policy/agar_x/agar02/subchaph.html (IV) *Notice of total Small Business Set Aside 452.219-70 Size Standard and SIC Code Information. SIZE STANDARD AND SIC CODE INFORMATION (NOV 1996) The Standard Industrial Classi-fication Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation are listed below: NAICS CODE - 423490 Other Professional Equipment and Supplies Merchant wholesalers Size Standard 100 Employees IAW 52.212-1 Instructions to Offerors-Commercial Items. The small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. All Responsible Small business sources May Submit a Quotation For Consideration. 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. DESCRIPTION Fast Prep-24 Tissue Homogenizer - Brand Name or Equivalent (V) 1ea Cat. No. 6004-500 FastPrep 24 Instrument, includes 24 X 2 ml adaptor 1ea Cat. No. 6002-527 HiPrep Adapter, 48 X 2 ml tubes 1ea Cat. No. 6002-512 QuickPrep Adaptor, 24 X 2 ml tubes MP Biomedicals, LLC Brand Name or Equivalent Saient characteristics: This instrument is a high speed bench-top homogenizer capable of simultaneously homogenizing up to 48 x 2 ml, 12 x 15ml, or 2 x 50 ml samples at room temperature. The FastPrep 24 uses a unique, optimized motion to disrupt cells through multidirectional, simultaneous vortexing and bead-beating with specialized lysing matrix beads on the sample material. Thorough cell disruption is critical for the release of pathogen RNA and DNA that is detected by hybridization and PCR procedures during testing of foreign plant introductions in quarantine. Please include cost of system, any required accessories, installation, delivery, warranty, any software and/or training with your bid proposal. *Please quote all or none* (VI) Delivery Location: USD/APHIS/PPQ/RMS Building 580 Powdermill Rd Beltsville, MD 20705 All pricing to include any and all costs but not limited to: overhead, general and administrative costs, profit, and transportation (VII) 52.212-1 Instructions to offers Commercial items applies to this acquisition. (see attachment 1) Also, the full text of a clause may be accessed electronically at this address(es): http://www.acqnet.gov/far/ or http://www.da.usda.gov/procurement/policy/agar_x/agar02/subchaph.html (VIII) The Government will award from this solicitation to the most technically acceptable, responsible offeror whose offer best conforms to the solicitation specifications, and is most advantageous to the government. Price, Technical, Delivery and other factors considered. Please quote all or none. Each proposal shall respond to each of the evaluation factors identified below., technical evaluation will be performed on each proposal based solely on the information furnished and not on previous knowledge and associations. The evaluation factors are as follows: Technical Evaluation Factors: 1.) All proposals will be rated by comparing descriptive literature against the salient characteristics. 2.) Delivery (IX) 52.212-3 Offeror Representations and Certifications - Commercial Items Offeror to complete and return the applicable paragraphs at (b) through (k) in clause provisions (Attachment 1 ) 52.212-3, Offeror Representations and Certifications - Commercial Items of this solicitation only, if necessary. 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.. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. Anyone placing a bid with the USDA must be listed in the government's Central Contractor Registrar. You may register on line with www.ccr.gov. or by calling Central Contractors Registration @ 1-888-227-2423 or consult online hand book at http://www.ccr.gov/handbook.aspx CCR HELP DESK - https://www.fsd.gov/app/answers/list Anyone placing a bid with the USDA must also obtain a Dunn and Bradstreet number. If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website:http://fedgov.dnb.com/webform or at ccr.dnb.com/ccr/pages/CCRSearch.jsp. Offers submitted without completion of this provision will be considered nonresponsive. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. Info must be up-to-date-not expired The following Federal Acquisition Provisions apply to this acquisition: (X) 52.212-4 Contract Terms and Conditions for Commercial Items applies to this acquisition 52.212-5 Contract Terms and Conditions required to implement statutes or executive orders for commercial items applies to this acquisition 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offeror Representations and Certifications-Commercial Items. 52.212-2 Evaluation-Commercial Items 52.216-1 Type of Contract. 452.219-70 Size Standard and SIC Code Information 52.211-6 Brand Name or Equal. (XI) WARRANTY ITEMS Warranty: Explain all details of the warranty. If an extended warranty is available explain details of extended warranty including price and availability after initial warranty expires. 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. (XII) Submit emailed quotations to Purchasing Section Carol.Dingess@aphis.usda.gov or fax to (612) 336-3550, Attention Carol Dingess. Quotations are due by June 3, 2011 by 4:00pm Central Time. Simplified Acquisition Procedures will be used per FAR 12.6 And 13. A firm Fixed Price Purchase order will be awarded. All pricing to include any and all costs but not limited to: overhead, general and administrative costs, profit, accessories, any required installation, delivery, warranty, software and/or training. Please quote all or none.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/APHIS-S-11-519709/listing.html)
 
Place of Performance
Address: USD/APHIS/PPQ/RMS, Building 580 Powdermill Rd, Beltsville, Maryland, 20705, United States
Zip Code: 20705
 
Record
SN02454443-W 20110525/110523234325-4c5168356b56d9349df758b60588ba01 (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.