Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2007 FBO #2111
SOLICITATION NOTICE

66 -- LIGHTSCANNER

Notice Date
9/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, IL, 61604, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-3640-S-07-BB01
 
Response Due
9/17/2007
 
Archive Date
9/30/2007
 
Description
This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. Solicitation No. AG-3640-S-07-BB01 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. The NAICS code applicable to this acquisition is 334516. For a company to qualify as a small business, the small business standard is 500 employees or less. The USDA, ARS, MWA, ST Paul, MN, has a requirement/need for an instrument that performs genotyping through melting curve analysis of PCR products using 96 well plates that are compatible with standard laboratory thermocyclers. It must include a computer, LS software and monitor, and perform genotyping and SNP detection. Software is capable of differentiating alleles and classifying DNA samples by melting curve patterns associated with base composition. The instrument must perform post-PCR high resolution DNA melting curve analysis. The instrument must be a closed tube system; samples should not require any processing, additional reagents or separation following PCR. The instrument must be capable of analyzing 96 or 384 samples in a plate format. The instrument must provide specialized application specific software that collects and analyzes the fluorescence data for the applications of mutation, genotyping/SNP (Single Nucleotide Polymorphism), and heteroduplex detection and discovery. The system must be capable of analysis of data from unlabeled probe experiments. A minimum error rate for genotyping homozygotes based on Tm differences should be less than 0.5% for a 0.5? C Tm difference when using unlabeled probes. The instrument must have high-precision temperature control with heating ramp rates set to 0.1? C/sec. The instrument must have a temperature accuracy of less than 0.15?C and a temperature uniformity across the plate of + 0.3?C. Data acquisition on the instrument must be rapid and continuous with a minimum of 100 data points per 0.1?C and a total melting time of 10 minutes or less. The system must have specificity for determining the genotype of a DNA sample of 99.5% for samples <600bp. The instrument must support LCGreen Plus double stranded DNA binding dye chemistry. The instrument must have light-emitting diodes (LED) set at 470nm +20nm. The instrument must have an electrical resistive 96 or 384 well block heating system, and be compatible with micro-titer plates from standard laboratory thermal cyclers. The instrument must use 96-well micro plates and have the ability to use 10ul reaction volumes or 384-well micro plates with the ability to use 5ul reaction volumes. The instrument must be able to process a minimum of 4608 wells in an 8 hour work day in 96 well format and 18,432 wells in an 8 hour work day in 384 well format. The instrument must be supplied with a dedicated high performance computer. The instrument must come with analysis software capable of distinguishing different alleles and classifying DNA samples by melting patterns associated with base composition. Software should perform data normalization, temperature shifting and display subtractive difference plots, and perform cluster analysis to group similar samples. The instrument must be CE approved and manufactured in compliance with cGMP standards. The instrument must be provided with a warranty for a period of one year from the date of installation. Optional service contracts after warranty period must also be offered. The vendor must be able to supply all the necessary chemistry to perform Hi-Res Melting. The vendor must provide comprehensive assay design and development guidelines for mutation detection and SNP Genotyping assays. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the Descriptive Literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. REJECTION OF QUOTE: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); FAR 52.214-21, Descriptive Literature (Provide with Quote); FAR 52.204-7, Central Contractor Registration (ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IN ORDER TO RECEIVE AN AWARD.) The website address for registration is: http://www.ccr.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference are as follows: FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html. SHIPPING: FOB Destination. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per CLIN, and total price; 2) descriptive literature, brochures, information on service and support; 3) at least 3 to 5 references for the proposed equipment. References must have received the proposed equipment within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the product proposed and if possible include the email address of the person to be contacted; and 4) Offerors shall include a completed copy of the provisions FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.acquisition.gov/comp/far/loadmainre.html. DELIVERY TO: USDA-ARS, ST Paul, MN. QUOTE PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before 30 days after award, however, each offeror shall include their proposed delivery schedule as part of their quote. FAR 52.212.-2, EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. Each Quote shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated against the salient characteristics and minimum requirements. B) Installation. C) Training. (D) Delivery. E) Warranty. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Quotes to Randall Kiehne, Contracting Officer, USDA, ARS, Contracting Office, 1561 Lindig Street, ST Paul, MN 55108, no later than 2:00 p.m., September 14, 2007. Quotes and other requested documents may be provided by facsimile to (651) 649-5055 if desired. Additional information may be obtained by contacting the Contracting Officer at (651) 649-5047 or email below.
 
Place of Performance
Address: USDA-ARS, CDL, 1551 LINDIG STREET, ST PAUL, MN 55108
Zip Code: 55108
Country: UNITED STATES
 
Record
SN01394986-W 20070907/070905220312 (fbodaily.com)
 
Source
FedBizOpps 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.