SOLICITATION NOTICE
66 -- Real-Time PCR Thermocycler
- Notice Date
- 4/21/2005
- 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
- RFQ2505
- Response Due
- 5/6/2005
- Archive Date
- 6/10/2005
- Small Business Set-Aside
- Total Small Business
- 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: RFQ2505, is issued as a Request for Quotation (RFQ). This procurement shall be solicited under the Simplified Acquisition Procedures (SAP) and is a Small-Business Set-Aside. The North American Industry Classification System Code (NAICS) code is 334516. The USDA, Agricultural Research Service, National Animal Disease Center has a requirement to purchase a real-time PCR detector with accessories. Please quote on the following: (1) Chromo 4 real-time PCR detector (MJ Research #CFD-3240 or EQUAL); (2) Chromo 4 Photonics shuttle (MJ Research #CDM-3240-01 or EQUAL); (3) 96 well Alpha Engine for Chromo 4 (MJ Research #ALS-3296 or EQUAL); (4) Hard shell, 96 plate, white (MJ Research #HSP-9655 or EQUAL); (5) Flat caps, ultra clear, 8/strip (MJ Research #TCS-0803 or EQAUL); (6) Strip Cap Sealing Tool (MJ Research #ECT-2000 or EQUAL); (7) On-site installation and training. The items you are offering must meet or exceed the following salient characteristics: (a) Fluorescence detection system that operates on existing laboratory MJ Research DNA Engine Dyad thermocycler instrument; (b) Operating software must be compatible with Windows XP Pro; (c) 96 well format; (d) Sample volume range 10-100 ?l; (e) Low copy detection (down to single initial template copy detection); (f) Compact size ? 23 x 23 x 18 cm; (g) Gradient temp range of 30 ? 105 degrees C; (h) Accuracy of +/-0.3 degrees C of programmed target temp; (i) accurate temp control within columns (+/-0.4 degrees C); (j) Detection range of 515 ? 730 nm; (k) Swappable filter sets (ex: Chromo 4 photonics shuttle); (l) electrical requirements must be 120 V; (m) on-site 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, 52.23-9, 52.225-1, 52.225-13 and 52.232-33. All offerors must include copies of 52.212-3 (representations and certifications). Faxed quotations are acceptable to Marlys Pomranke at fax number 1-515-663-7482 on or before May 6, 2005 Central Standard Time. 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 offeror?s data. Offerors shall identify where the offered item meets or does not meet each of the Government?s functional and performance minimum specifications listed herein. Offeror shall include references of three (3) firms for which similar data was provided. The anticipate award date is June 10, 2005. All responsible sources may submit a quotation which shall be considered by the Agency.
- Place of Performance
- Address: Department of Agriculture, Agricultural Research Service, Midwest Area, National Animal Disease Center, Ames, Iowa
- Zip Code: 50010
- Country: USA
- Zip Code: 50010
- Record
- SN00793292-W 20050423/050421211651 (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 |