Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2004 FBO #1076
SOLICITATION NOTICE

66 -- SMART CYCLER II

Notice Date
11/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Food Safety and Inspection Service, Acquisitions and Agreements Section, 5601 Sunnyside Avenue, Mail drop 5230, Beltsville, MD, 20705
 
ZIP Code
20705
 
Solicitation Number
FSIS-03-B-05
 
Response Due
11/10/2004
 
Archive Date
11/25/2004
 
Small Business Set-Aside
Total Small Business
 
Description
This is combined synopsis/solicitation for commercial item prepared in accordance with 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 is issued as a Request for Quote (RFQ) and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 19. This is a 100% small business set aside. Responses shall be limited to small business concerns only. The NAICS code is 334516 with a size standard of 500 employees. PURPOSE: This solicitation is being issued on a name brand only basis as the current FERN PCR protocol for detection of E. Coli 0157:H7 specifies only the Smart Cycler II manufactured by Cepheid. Compatibility among labs must be assured. The instrument is also used for identification of other select agents specified in FERN and CDC protocols and will be capable of performing testing in response to national emergencies as mandated by the Homeland Security Department. SPECIFICATIONS: The thermal cycler must have a minimum of 16 individually programmable and controlled sample processing sites (and be expandable to 96 sites). Each site must have its own independent thermal and optical control to allow multiple operators and different start times to run simultaneously with 16 different protocols and assays. The sites must accommodate 25 uL-volume and 100 uL-volume optically integrated reaction tubes. The Cycler must have the capability to excite and detect four spectral bands using high-intensity LED emitters and silicon detectors for 4-color, real-time, simultaneous, optical excitation and detection. ITEMS: Item #1 ? Cepheid Part Number SC2000N9-1 Processing Block for Smart Cycler II Starter System (without computer, monitor, or Smart Cycler accessories. 2 each. Provide unit price and total price. Item #2 ? Cepheid Part Number SC2000N10-1 Proprietary Components of a Smart Cycler II System Without A Processing Block, Includes: Desktop Computer with flat panel Monitor, Software, Operator?s Manual (4) Tube Racks (1) Cooling Block (1) Mini-Centrifuge (100) 25UL Reaction Tubes. List unit price and total line item price. FREIGHT- 2 Shipments. Include freight in the line item price do not list as separate item. Shipping will be on a Destination basis. FSIS is requiring the instruments to be shipped 2nd day delivery. Shipping shall be to two different locations 1 each of each item going to the following addresses: USDA/FSIS/Western Laboratory, Attn: John Rivera, 620 Central Avenue, Building 1, Alameda, CA 94501-3874 and USDA/FSIS/Midwestern Laboratory, Attn: Mark Pratt, Bldg 105D Federal Center, 4300 Goodfellow Boulevard, St. Louis, MO 63120. Total all line items and give the total price. Please include earliest delivery date. RESPONSES: Faxed quotations are acceptable to Lorna Craig, (301) 504-4276 on or before November 10th at 10:00 AM EST or mailed or hand-delivered to USDA/FSIS, Procurement Office M/S 5230, Room 2-L188A, 5601 Sunnyside Ave., Beltsville, MD 20705. EVALUATION: FAR 52.212-2 Evaluation-Award to technically acceptable offeror at a fair and reasonable price; The following factors shall be used to evaluate offers in order of importance: 1. Technical capability of the item offered. 2. Price. 3. Delivery. CLAUSES: The following FAR clauses and provisions apply and are available on http:// arnet.far.gov: FAR 52-212-1 Instructions to Offerors-Commercial Items. FAR 52-212-3; Offeror Representations and Certifications-Commercial Item; FAR 52.212-4 Contract Terms and Conditions-Commercial Items. 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 requirement of 38 U.S.C. 4212 (d) (i.e. VETS-100 Report required by FAR clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has [ ], has not [ ], submitted the most recent report required. An offeror who checks ?has not? may not be awarded a contract until the required report is filed. CONTRACT PAYMENTS (MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER) EFT COMPLIANCE WITH 31 CFR 208. To facilitate EFT for contract payment, FAR Clause 52.232-34 and 52.232-35 require the submission of information by the contractor to the payment office. Vendors must be registered in the Central Contractors Registration (CCR) in order to be awarded a contract. The template for information necessary for registration can be found on the CCR website.
 
Place of Performance
Address: USDA/FSIS/WESTERN LABORATORY, 620 CENTRAL AVE., ALAMEDA, CA 94501, AND, USDA/FSIS/MIDWESTERN LABORATORY, 4300 GOODFELLOW BOULEVARD, ST. LOUIS, MO
Zip Code: 63120
 
Record
SN00703760-W 20041106/041104211744 (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.