Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2004 FBO #1021
SOLICITATION NOTICE

66 -- Automated PCR-based Cycler/Detector for Microbial Screening

Notice Date
9/10/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area National Animal Disease Center, 2300 Dayton Avenue, Ames, IA, 50010
 
ZIP Code
50010
 
Solicitation Number
RFQ105-04
 
Response Due
9/21/2004
 
Archive Date
10/15/2004
 
Point of Contact
Denise Hill, Purchasing Agent, Phone 515-663-7243, Fax 515-663-7482,
 
E-Mail Address
dhill@nadc.ars.usda.gov
 
Description
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. This announcement constitutes the only solicitation: offers are being requested and a written solicitation will not be issued. This solicitation number: RFQ105-04 is issued as a Request for Quotation (RFQ). This procurement shall be solicited under the Simplified Acquisition Procedures (SAP). The North American Industry Classification System Code (NAICS) code is 334516. The USDA-ARS, National Animal Disease Center has a requirement to purchase an Automated PCR-based Cycler/Detector for Microbial Screening. MUST HAVE SPECIFICATIONS for the purchase of a dedicated thermal cycler for rapid and specific detection of Salmonella, Listeria, E. coli, or Campylobacter. The system must include optimized user-friendly DNA extraction as well as all reagents (in tablets and standardized) for amplification (PCR-based) of specific sequences. The instrument must utilize a 96-well plate format, complete the analysis of the 96 samples in approximately 4 hours, and cool (4C) samples for next-day analysis. The entire assay for Salmonella must not exceed two days and be as sensitive as current USDA-approved methods. The software must report test results (positive or negative) and provide melting curves for confirmation. The system must be AOAC approved and have been tested for optimal performance by USDA-FSIS and/or the National Poultry Improvement Plan. Electrical requirements not to exceed 120v, 60Hz, 15amps. Quotation to include one each of reagent kits for screening of Salmonella, L. monocytogenes, Listeria, and E. coli for quoted cycler/detector. Price to include delivery, installation, and training. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal; 52.212-1 Instructions to Offerors -Commercial Item; 52.212-3 Offeror Representations and Certifications-Commercial Items; 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. In Paragraph (B) of 52.212-5, the following apply: 52.203-6, 52.223-9, 52.225-1, 52.225-13 and, 52.232-33. All offerors must include copies of 52.212-3 (Representations and Certifications). FAR 19.502.2(a) applies to this purchase. Therefore, small business manufacturers will be given priority in the evaluation process. Faxed quotations are acceptable to Denise Hill at fax number 1-515-663-7482 on or before September 21, 2004. All responses will be evaluated in order to determine the ability to meet the above stated capabilities. The Government shall 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 per FAR 13.106-2. Responses shall include technical specifications, descriptive material, literature, brochures and other such information corresponding to each minimum required item, which demonstrates the capabilities of the offerors equipment. Offerors shall identify where the offered item meets or does not meet each of the Governments functional and performance minimum specifications listed herein. Offeror shall include references of three (3) firms for which similar equipment was provided. The anticipated award date is September 23, 2004. All responsible sources may submit a quotation which shall be considered by the Agency.
 
Place of Performance
Address: USDA-ARS-National Animal Disease Center, 2300 Dayton Avenue, Ames, IA
Zip Code: 50010
Country: USA
 
Record
SN00669635-W 20040912/040910211641 (fbodaily.com)
 
Source
FedBizOpps.gov 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.