Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2015 FBO #4912
SOLICITATION NOTICE

66 -- DNA PURIFICATION DEVICE

Notice Date
5/5/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Agricultural Research Service - Western Business Service Center
 
ZIP Code
00000
 
Solicitation Number
AG-4431-S-15-0016
 
Archive Date
6/12/2015
 
Point of Contact
Huron W. Virden, Phone: 6626865388
 
E-Mail Address
huron.virden@ars.usda.gov
(huron.virden@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
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. The solicitation number is AG-4431-S-15-0016 and is issued as a request for quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-80. The USDA, ARS intends to procure a DNA Purification Device; specifically an Automated DNA/Protein Extraction Workstation, (KingFisher Flex or equivalent), with the following capabilities and specifications: Item requested: Automated DNA/Protein Extraction Workstation: (KingFisher Flex or equivalent) Specifications: 1. Robotic workstation for automated magnetic-particle purification technology, for use in genomics and proteomics, biomarker discovery, and quality control. 2. Capable of automated DNA and protein extraction from 24 or 96 deep-well plates. 3. Capable of sample extraction and purification from plant and fungal tissue, seeds, micro-organisms, soil and animal tissues, from commercially available kits. 4. Greater than 94% particle collection efficiencies. 5. Heating temperature range of 4-96°C. Snap-on heat block for protocols requiring heating. 6. Processing volume up to 5 mls. 7. Built-in software and internal control system, with pre-defined protocols. 8. Flexible system to allow use of any magnetic bead kit from a variety of manufacturers. 9. High-throughput system capable of processing 96 samples in 20 minutes. 10. Capable of interface with liquid handling, robotics, and plate stacking instruments for a fully automated solution. 11. Flexible programming to allow numerous commercially available magnetic particle based kits for the purification of genomic DNA, plasmid DNA, total RNA, mRNA, and PCR products from a variety of starting material, open platform capable of using any manufacturer's magnetic particle based kits and associated protocols and is not limited to running only one kit suppliers chemistry systems. Allows for custom protocols. 12. Windows 7 compatibility; USB connectivity. 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 per item, total price and valid for at least 60 days after receipt of quote. 2) Offerors must be actively registered in our System for Award Management, (SAM) at www.sam.gov. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies, with the following clauses 52.222-3, Convict Labor; 52.233-3, Protest after award, and 52.219-8, Utilization of Small Business Concerns; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Bio based Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Bio based Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS. DELIVERY: FOB Destination. Deliver to USDA, ARS, Lincoln NE. 68583. QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees. DELIVERY DUE DATE: The Government requires delivery on or before 12 weeks ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation. 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. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. FAR 52.212-2, Evaluation-Commercial Item, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material and capabilities of the offerors equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by no later than COB 4:00 p.m. central standard time, May 28, 2015. Quotations are to be addressed to, the Contract Specialist, USDA, ARS, WBSC, P. O. Box 225, 141 Experiment Station Road, Stoneville, MS 38776-0225.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b3df0fb050f4c6a3f2e80b2844b9735c)
 
Place of Performance
Address: USDA-ARS-NPA, UNIV. OF NEBRASKA, 137 KEIM HALL, E CAMPUS, LINCOLN, Nebraska, 68583, United States
Zip Code: 68583
 
Record
SN03720726-W 20150507/150505235540-b3df0fb050f4c6a3f2e80b2844b9735c (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.