Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOLICITATION NOTICE

66 -- The U.S. Army Corps of Engineers, Engineer Research and Development Center (ERDC) is posting a Combined Synopsis/Solicitation for a Sequencing System.

Notice Date
9/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
 
ZIP Code
39180-6199
 
Solicitation Number
W81EWF-1249-7514
 
Response Due
9/20/2011
 
Archive Date
11/19/2011
 
Point of Contact
Jamaya Smith, 601-634-5248
 
E-Mail Address
USACE ITL, GSL, EL, CHL, Vicksburg
(jamaya.smith@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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 a written solicitation will not be issued. Requisition Number W81EWF-1249-7514 is being issued as a request for quotes (RFQ) utilizing simplified acquisition procedures. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular 2005-53. This requirement is set-aside for small businesses to submit quotations. NAICS Code 334516 with Size Standard of 500 Employees. The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Vicksburg, MS, Environmental Laboratory has a requirement for a Sequencing System. BACKGROUND: This requirement is to acquire a sequencing system that will help in means to monitor biological effects of chemicals and of the stressors on microbes, insects, birds, and mammals. REQUIREMENTS: At a minimum, the specifications below are required: The EL requires a sequencing system that is able to perform amplification, sequencing and data analysis in a single instrument while generating at least 1 Gb of data per run. Due to limited laboratory space the instrument is required to use no more than two square feet of bench space and should be relatively hands-free requiring no more than one hour for instrument setup and produce data within eight hours without requiring emulsion PCR. The instrument must produce high data quality with >85% of the bases having Q scores greater than 30 and the must have variable lengh amplicon sequencing spanning 100 to 1000 base pairs while processing 96 samples per plate and up to 384 amplicons per sample. The instrument should perform more than 3.4 million reads per single-end run for CHiP-Seq and small RNA applications and greater than 6.8 million reads per paired-end un in a single flow cell. The data generation and sequential interrogations of bases should allow flexible adjustment of read length during a run. The instrument must use a light-emitting diode at 530 nm and 660 nm and should include base calling, alignment and variant calling with variant reporting within two hours of run completion. CLAUSES AND PROVISIONS THAT APPLY TO THIS ACQUISTION: 52.202-1, Definitions. 52.204-7, Central Contractor Registration 52.212-1, Instructions to Offerors Commercial Items 52.212-2, Evaluation - Commercial Items, applies to this acquisition; 52.212-3 Alt I, Offeror Representations and Certifications Commercial Items 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers for Disabilities 52.222-37, Employment Reports on Veterans 52.225-13, Restrictions on Certain Foreign Purchases 52.232-1, Payments 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 52.233-4, Applicable Law for Breach of Contract Claim 252.204-7003, Control Of Government Personnel Work Product 252.204-7004, Alt A Central Contractor Registration (52.204-7) Alternate A 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments INSTRUCTION TO OFFERORS: RESPONSES: Responses to this RFQ shall be in accordance with FAR 52.212-1 to include the following: 1. Company name, address, point of contact, phone number, e-mail address, cage code, DUNS number, and tax identification number (TIN). 2. Statement addressing current registration status in CCR 3. Completed Representation and Certification as prescribed in FAR 52.212-3 Alt I Quotations need to be based on (2) two components: 1) Technical: Each Offeror shall provide, at a minimum, the following information with their quote in order to be considered for award. - Detailed description of item quoted. - Literature detailing specifications of item to be provided. 2) Pricing: Each Offeror shall provide the following information with their quote in order to be considered for award: - Firm Fixed Price Quote - All shipping to be included in price - At a minimum, the cost breakdown of quotation should include the line item listed below. Any further breakdown is left to the discretion of the vendor: CLIN 0001 - Sequencing System: Total Price: $____________ EVALUATION - COMMERCIAL ITEMS: a) The Government will award a contract resulting from this RFQ to the responsible offeror who has the Lowest Price Technically Acceptable. The following factors shall be used to evaluate offers: Technical Evaluation: - Ability of offeror to meet or exceed the Government's technical requirements. FOB Destination - Inspecition and Acceptance is at Destination by the Government. Delivery is desired within 30 days after award. Vendors may propose alternative delivery terms in accordance with FAR 52.212-1(e) Delivery and Installation Address: USACE Engineering Research and Development Center 3909 Halls Ferry Road Vicksburg, MS 39180-6199 Interested parties are responsible for monitoring this site to make sure they have the most up to date information about this solicitation. Quotes are due NOT LATER THAN 8:00 A.M. CST, Vicksburg, MS by 20-SEP-2011. Payment will be made using Electronic Funds Transfer (EFT). Prior to receiving an award, vendors must be registered at www.ccr.gov. Each offeror is required per FAR 52.212-3 to complete their representations and certifications via the On-line Representations and Certifications Applications (ORCA) at http://orca.bpn.gov. The point of contact for all information regarding this solicitation is Jamaya Smith, Contract Specialist, 601-634-5248. Completed quotations shall be e-mailed to Jamaya.Smith@usace.army.mil. No verbal responses will be provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF-1249-7514/listing.html)
 
Place of Performance
Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
Zip Code: 39180-6199
 
Record
SN02576925-W 20110916/110915000912-13ce0af42d3e7420fe23ea4274ada24f (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.