Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,2000 PSA#2671

USDA-ARS-National Animal Disease Center, 2300 Dayton Avenue, P.O. Box 70, Ames, IA 50010

66 -- NUCLEIC ACID PURIFIER SOL 97-00 DUE 091100 POC Mary Welch 515-663-7415 FAX 515-663-7482 The USDA Agronomy Department, ISU Campus, Ames Iowa, has a requirement to purchase a Nucleic Acid Purifier. This is a combined synopsis/Solicitation for a commercial item, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information only soliciation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as Request for Quotation (RFQ) 97-00. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-46. This solicitation is under the Simplified Acquisition Procedures (SAP) and is a Small Business-Small Purchase Set-Aside. The Standard Indsustuial Ccassification (SIC) Code is 3826 and the Business Size Standard is 500 employees. This will be a Firm-fixed price contract. CLIN 001:AUTO GEN PREP 2000 NUCLEIC ACID PURIFICATION SYSTEM, OR EQUAL 1 EACH. 2) Installation and training 1 ea. 3) Vendors warranty, (DO NOT INCLUDE ANY EXTENDED WARRANTIES)The item you are offering must meet or exceed the following salient characteristics; MUST BE CAPABLE OF GENERATING BACTERIAL PLASMID DNA, BAC DNA, YEAST DNA, BACTERIOPHAGE DNA, RNA AND PLANT GENOMIC DNA OF SUFFICIENT PURITY AND QUANTITY (10 MICROGRAMS FOR PLANT DNA, 5 MICROGRAMS FOR PLASMID DNA) FOR RESTRICTION ANALYSIS, BLOTTING, AND PCR ANALYSIS. MUST BE ABLE TO PROCESS 96 SAMPLES/DAY AT AN OPERATING COST OF LESS THAN 50 CENTS PER SAMPLE. MUST BE FULLY AUTOMATIC, OPERATING WITHOUT USER INTERVENTION ONCE LOADED. Quoting on AutoGen Prep ATNA-2000. QUOTERS SHALL SUBMIT MANUFACTURER'S DATA, DESCRIIPTIVE MATERIAL, OR OTHER INFORMATION ON THE EQUIPMENT TO BE FURNISHED under THIS REQUEST FOR QUOTATIONS. Per FAR 13.106-2, AWARD WILL BE MADE TO ENSURE THAT THE PURCHASE IS THE MOST ADVANTAGEOUS AND OF THE BEST VALUE TO THE GOVERNMENT; BASED ON THE FOLLOWING EVALUATION FACTORS. THE GOVERNMENT WILL SELECT THE FACTORS CONSIDERED TO BE SIGNIFICANT TO THIS PURCHASE; 1) Technical Capability of the item offered to meet theGovernment's requirement; 2)Price; 3) Past Performance; 4) Warranty Conditions; 5) Maintenance Availability; 6) Quality REFERENCE OF THREE (3) FIRMS FOR WHICH YOU HAVE PROVIDED SIMILAR EQUIPMENT ARE REQUESTED. THESE WILL BE USED IN THE EVALUATION PROCESS. DELIVERY CAN BE MADE WITHIN_____ DAYS ARO. QUOTERS MUST QUOTE AN F.O.B. DESTINATION PRICE. Equipment to be delivered to the following address: USDA/ARS/CICG, AGRONOMY DEPARTMENT, ISU CAMPUS, AMES, IOWA 50011. The provisions at 52.212-4, Contract Terms and Conditions -- Commercial Items; and 52.212-5, Contract Terms and Conditions -- Required to Implement Statutes or Executive Orders -- Commercial items apply to this acquisition. Offerors must include a completed copy of the provision at 51.212-3, offeror Representations and Certifications -- commervial Items, with its offer. SEE Note 1 Posted 08/22/00 (W-SN488807). (0235)

Loren Data Corp. http://www.ld.com (SYN# 0288 20000824\66-0008.SOL)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |


Created on August 22, 2000 by Loren Data Corp. -- info@ld.com