Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 26,2000 PSA#2609

USDA-ARS-SAA, Richard B. Russell Center, 950 College Station Road, Athens, GA 30605-2720

68 -- OLIGONULEOTIDE PRIMERS FOR AMPLIFYING DNA FRAGMENTS SOL RFQ-016-4384-00 DUE 060900 POC Elaine Wood, 706-546-3534 E-MAIL: Click here to contact the contracting officer, woode@ars.usda.gov. 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; quotations are being requested and a written solicitation will not be issued. The solicitation number RFQ-016-4384-00 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 97-09. FAR 52.219-6, Notice of Total Small Business Set-Aside is applicable to this acquisition. The standard industrial classification code is 2836. The small business size standard is 500 employees. The USDA ARS has a requirement for reagents used in PCR for amplifying DNA fragments. Specifications: 3,446 oligonuleotide primers with a total of 70,226 nucleotides, at least 2.5 OD600 units of each. The nucleotide sequence of each oligonucleotide is appended in a list that identifies the oligonucleotides in pairs, a left-sequence and a right-sequence for each gene, and is available in machine-readable format. Each oligonucleotide is to be a PCR usable quality, purified by desalting precipitation and lyophilized. Oligonucleotides need to be delivered in sealed 96-well micro-well plates of standard format. The oligonucleotides need to be in order in the plates and each one needs to be quantified. The primers were designed with the Primer 3 program from the Whitehead Institute with sequence data from the Campylobacter jejuni genomic sequence project (Sanger Center, UK). C. jejuni has an AT rich genomic sequence, the oligonucleotides were designed to have an optimum Tm of 56C. The parameters and results file used in the program will be made available on request. We will require that at least 90% of the primers work in PCR reactions with DNA template from the sequenced strain. The production of multiple products in PCR reaction will not be counted against the quality of the oligonucleotide. State delivery time on your quotation. Delivery schedule will be a major consideration in evaluation of quotations. Delivery is FOB Destination to USDA, ARS, Athens, GA. Descriptive literature showing the quoted item meets or exceeds all specifications included herein must accompany the quotation. The government anticipates award of a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforms to the solicitation and is most price advantageous to the government. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The contracting officer will make award based on price and price-related factors. Offerors shall state on their quotation whether they accept credit card payments or are set up under the USDA Vendor Express Program (VXP) for EFT payment. If neither payment option applies, vendors should contact the USDA National Finance Center to enroll in the VXP. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror/Representations and Certifications-Commercial Items, and FAR 52.222-70, Compliance with Veterans Employment Reporting Requirements with its proposal. Far 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items, applies to this acquisition. The following FAR clauses cited in 52.212-5 are applicable to this acquisition: 52.203-6; 52.203-10, 52.219-8; 52.222-26; 52.222-35, 52.222-36, 52.222-37; 52.225-3; 52.222-18; 52.225-21. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. Responses are due 4:00 pm local time, June 9, 2000 at USDA Agricultural Research Service, 950 College Station Rd, Athens, GA 30605-2720 (or POB 5677, Athens, GA 30604-5677). POC Elaine Wood, Contract Specialist, 706/546-3534 or fax 706/546-3444. Posted 05/23/00 (W-SN457874). (0144)

Loren Data Corp. http://www.ld.com (SYN# 0442 20000526\68-0004.SOL)


68 - Chemicals and Chemical Products Index Page