Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2005 FBO #1244
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
 
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 |
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.