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