Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2010 FBO #3172
SOLICITATION NOTICE

66 -- Multiplexing SNP Genotyping System

Notice Date
7/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, South Atlantic Area, Area Office, 950 College Station Rd., Athens, Georgia, 30605, United States
 
ZIP Code
30605
 
Solicitation Number
RFQ-024-4384-10
 
Archive Date
9/23/2010
 
Point of Contact
Elaine J Wood, Phone: (706) 546-3534
 
E-Mail Address
elaine.wood@ars.usda.gov
(elaine.wood@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number RFQ-024-4384-10 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-44. The NAICS code applicable to this procurement is 334516 with a small business size standard of 500 employees. This solicitation is unrestricted. USDA ARS requires an instrument for multiplex single-nucleotide polymorphism (SNP) detection. This equipment would be used to gather SNP data for large numbers of DNA samples in conjunction with the Plant Science Research Unit's genetic investigation of complex traits of plants. This equipment is needed in order to determine the genetic basis of traits and perform marker-assisted breeding detection of 48 to 348 SNP for each of thousands of wheat, barley and oat samples each year. The contractor shall provide the following item on a Firm Fixed Price basis. CLIN 01 - QTY 1 - Illumina, Inc. Beadexpress System (or equal) This system includes the BeadExpress Reader (110V), reagent carrier, PC with Windows 2007 or greater, VeraScan Software, the BeadXpress Starter Kit, standard commercial warranty, installation by a Field Service Engineer and one day onsite VeraCode Basics Training by a Field Applications technician. Also to be included in the Golden gate Satellite Kit for Beadxpress (110V) containing the essential hardware for running VeraCode GoldenGate Assays on the BeatXpress Reader. CLIN 02 - QTY 1 - Service Contract BeadXpress Silver. Specifications: An automated platform capable of performing high throughput DNA SNP genotyping and multiplexing up to 384 SNP per sample The system should include the SNP-genotype detection system and computer-assisted automated allele calling. Must be able to provide multiplex SNP data at a cost of less than $0.15/data point Data acquisition is automatic and analysis is conducted in real time without user intervention. Ability to genotype samples of genomic DNA of varying quality, including DNA isolated with quick extraction protocols having no organic or column clean-up. Use of standardized assay conditions that do not require optimization. Ability to detect small DNA insertions and deletions in addition to SNPs with the standardized assay. Demonstrated ability to do SNP genotyping for complex genomes such as wheat and oat. All essential hardware for completion of SNP analysis should be included in the system. Provide technical set-up, training and support. Standard commercial warranty. Inside delivery A company's response to this solicitation should be submitted on company letterhead and include manufacturer and model of equipment, total delivered price and delivery time frame. A company providing a quotation for other than the brand specified shall include two sets of descriptive literature with their proposal showing where the quoted item meets all specifications. All quotations should state whether the company will accept VISA cards as payment. The quotation should include the statement specified in 52.212-3 below. Companies must be registered in the Central Contractor Registration database with NAICS code 334516 and have completed Online Representations and Certifications as discussed below in order to receive award. Delivery will be FOB Destination to Raleigh, NC. Any shipping charges should be included in your total price. Delivery is required within 90 days of award. The provision at 52.212-1, Instruction to Offerors - Commercial, applies to this acquisition. NOTE: Since this is a combined synopsis/solicitation and no written solicitation will be issued, please disregard references to the SF 1449 in this provision; other instructions still apply. The Government will award a contract resulting from this solicitation to the responsible Offeror(s) whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. Offers will be evaluated on price and equipment specifications. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. This can be via EFT to a financial institution or with purchase (VISA) card. Please note on your proposal if you will accept a government purchase (VISA) card. The Federal Acquisition Regulation (subpart 4.11) requires that contractors be registered in the CCR database prior to being awarded a contract. Detailed information about CCR is available at http://www.ccr.gov/. The Federal Acquisition Regulation (subpart 4.12) now requires that prospective contractors complete electronic annual representations and certifications in conjunction with their required registration in the CCR Database. These annual representations and certifications are submitted via the Online Representations and Certifications Application (ORCA), a part of the Business Process Network (BPN) at http://orca.bpn.gov. Clause 52.212-3 Offeror Representations and Certifications-Commercial Items applies to this solicitation. Offers shall include a statement as follows on their offer: the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at http://orca.bpn.gov have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference, except for paragraphs __________. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.211-6 Brand Name or Equal; 52-212-1 Instructions to Offerors-Commercial Item; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. In paragraph B of 52.212-5, the following apply: 52.203-6 Alt I, 52.204-10, 52.219-8, 52.219-28, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-15, 52.223-16, 52.225-3, 52.225-13, 52.225-33. In the event the vendor will accept payment via the Government Purchase Card (VISA), the vendor shall annotate on its offer that it will accept the purchase card, and clause 52.232-33 will be superseded by clause 52.232-36. Quotations are due by 1:00 PM EDT, September 8, 2010, at USDA Agricultural Research Service, 950 College Station Road, Athens, GA 30605-2720 (or P. O. Box 5677, Athens, GA 30604-5677). Responses may be mailed or faxed to (706) 546-3444. Point of contact for this acquisition is Elaine Wood, Contracting Officer, (706) 546-3534, fax (706) 546-3444, email elaine.wood@ars.usda.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SAA-GA-A/RFQ-024-4384-10/listing.html)
 
Place of Performance
Address: USDA ARS SAA, 4118 Williams Hall, NCSU, Raleigh, North Carolina, 27695, United States
Zip Code: 27695
 
Record
SN02224097-W 20100801/100730235258-daadde05525fb5b043964bc29e4c1635 (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.