Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 15,1999 PSA#2432

USDA, ARS, FMOD, BA, Contracting Section, Bldg. 003, Rm. 329, 10300 Baltimore Ave., Beltsville, Maryland 20705-2350

66 -- AUTOMATIC BACTERIA & YEAST IDENTIFICATION SYSTEM SOL RFQ-SH-010 DUE 092499 POC Shirley Hein 301/504-5874 This is a combined synopsis/solicitation for commercial items identified below, prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation number RFQ-SH-010, is issued as a Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 97-12. This procurement is unrestricted. The standard industrial classification code is 3821, with a small business standard of 500 employees. The Government intends to negotiate non-competitively with Biolog Inc. 3938 Trust Way, Hayward Calif, 94545, under the authority of 41 U.S.C. 253(c)(1) when there is reasonable basis to conclude that the agency's minimum needs can only be satisfied by only one responsible source and no other supplies will satisfy agency requirement. The Microstation System Automatic Bacteria and Yeast Identification system is sole source because of it's unique capability to meet the Government's need. The MINIMUM REQUIREMENT for the system is: Must be able to identify 501 Gram negative Bacteria, 318 Gram positive bacteria, 395 anaerobic bacteria and 267 yeast, use a 96 well plate with 95 preselected and loaded carbon sources with reduction dye, identify the microorganism using the reduction of Tetrazolium violet to produce a metabolic finger print, include a eight channel pipetter, turbidimeter and colony magnifying lamp, have a multi-media compatible computer with the system software already preloaded and tested, include a specialized reader that interfacing with the system software for image manipulation, calculation and input, use MicroPlates that produce one color reaction chromophore, must be reproducible and must be able to be validated, and training at the factory. The duration of this warranty and the remedies available to the Government for breach of this warranty will be as defined in, and subject to, the terms and limitations of the contractor's standard commercial warranty or any general warranty provisions of this contract, provided that notwithstanding any provision to the contrary in such commercial warranty or general warranty provision(s), or in the absence of any such warranty provision(s), the remedies available to the Government under this warranty will include repair or replacement of any listed product whose noncompliance is discovered and made known to the contractor in writing within ninety (90) days after acceptance. Nothing in this warranty will be construed to limit any rights or remedies the Government may otherwise have under this contract with respect to defects other than Year 2000 performance. The delivery is FOB destination (including inside delivery) to Beltsville Agricultural Research Center, Beltsville, Maryland. Delivery is expected 30 days after award. Any interested/qualified source who believes they can provide the required equipment must respond by 4:30 p.m. September 24, 1999. Questions due by September 17, 1999 by COB. Fax quotes and questions are acceptable or via mail. All responses WILL be evaluated in order to determine the ability to meet the above stated capabilities. Responses shall include technical specifications, literature, brochures and other such information corresponding to each minimum required items which demonstrates the capabilities of the offeror's equipment. Offerors shall identify where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. The Government will award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following FAR clauses and provisions apply: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Award to a technically acceptable offeror, at a fair and reasonable price. The following factors shall be used to evaluate offers: Technical capability, past performance and price. Technical capability and past performance, when combined, are approximately equal to cost or price; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. FAR 52-212-4, Contract Terms and Conditions-Commercial Items. The following FAR clauses in paragraph (b) of FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues of Executive Orders-Commercial Items, will apply to the resultant contract: 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52-232-18, 52.232-34 . Addendum to include 52.247-34 and 52.222-70 COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING REQUIREMENTS (JAN 1999) (DEVIATION)(USDA). (a) The offeror represents that, if it is subject to the reporting requirements of 38 U.S.C. 4212(d) (i.e., the VETS-100 report required by FAR clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of theVietnam Era), it has [ ], has not [ ], submitted the most recent reportrequired by 38 U.S.C. 4212(d). (b) An offeror who checks "has not" may not be awarded a contract until the required report is filed. Contract Award is Subject to Availability of Funds. All offerors must include a completed copy of FAR 52.212-3 and 52.222-70 with their response. Estimated award date is September 29, 1999. Posted 09/13/99 (W-SN379261). (0256)

Loren Data Corp. http://www.ld.com (SYN# 0305 19990915\66-0010.SOL)


66 - Instruments and Laboratory Equipment Index Page