SOLICITATION NOTICE
65 -- Custom Frozen MIC Plates
- Notice Date
- 7/14/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Agricultural Research Service - South Atlantic Area
- ZIP Code
- 00000
- Solicitation Number
- RFQ-43YK-14-005
- Point of Contact
- Kelly L. Bero, Phone: 706-546-3025
- E-Mail Address
-
kelly.bero@ars.usda.gov
(kelly.bero@ars.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- The USDA, ARS, LSO intends to solicit for and negotiate with only once source Thermo Fisher Scientific, 12076 Santa Fe Trail, Lenexa, KS 66215 for testing plates that include: To complete vital research, the unit needs to acquire 1,000 custom 96 well plates for testing the susceptibility of bacteria to biocides used in meat processing. Each 96 well plate will have serial, two fold dilutions of 13 different biocide compounds. Including, Citric Acid, Acetic Acid, Hypobromous acid, Cetylpyridinium chloride (CPC), Lauramide arginine ethylester (LAE), Sodium metasilicate, 1,3‐dibromo‐5,5-dimethylhydantoin (DBDMH), Lactic acid, Trisodium phosphate, Sodium hypochorous/hypochorite, Acidified sodium chlorite, Peroxyacetic acid, dodecyltrimethylammonium chloride (DTAC). The dilution range must be capable of determining the minimum inhibitory concentration (MIC) of the bacteria to each compound, and each plate must also have appropriate positive and negative controls for growth and automated reading. Growth data collected using these plates must determine the MIC of a bacterial strain to these 13 compounds on a single plate. 1,000 bacterial strains will be tested using one plate each. These plates must be able to be used with in-house automated Sensititer equipment from TREK Diagnostic (Thermo Scientific part of Fisher Scientific). The biocide sensitivity and MIC data collected must be compatible with antibiotic sensitivity and MIC data previously collected using the TREK Diagnostic Sensititer system. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforming to the specifications will be most advantageous to the Government. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Please note on your proposal if you will accept a government purchase (VISA) card. This solicitation incorporates the following FAR clauses, provisions and addendums: 52-212-1 Instructions to Offerors-Commercial Item; 52.212-3 Offeror Representations and Certifications-Commercial Items - annual representations and certifications are required. Offers shall include a statement as follows on their offer: the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at https://www.sam.gov have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference, except for paragraphs ______________; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. In paragraph B of 52.212-5, the following apply: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.225-33. In the event the vendor will accept payment via the Government Purchase Card (VISA), the vendor shall annotate on its offer that it will accept the purchase card, and clause 52.232-33 will be superseded by clause 52.232-36. All sources wishing to provide a quotation must respond by 6:00 PM, July 29, 2014. Quotations should be addressed to USDA, ARS, LSO 950 College Station Rd, Athens, GA 30605. POC is Kelly Bero, Purchasing Agent, 706/546-3025. Faxed or emailed responses are acceptable. All responses will be evaluated to determine the equipment's capability to meet the above requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/24e22b793d2653acad9fbf33262f0b22)
- Place of Performance
- Address: 950 College Station Rd., Athens, Georgia, 30605, United States
- Zip Code: 30605
- Zip Code: 30605
- Record
- SN03424096-W 20140716/140714235818-24e22b793d2653acad9fbf33262f0b22 (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 |