SOLICITATION NOTICE
59 -- Imaging Station
- Notice Date
- 8/14/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Midwest Area, Urbana, IL, 1101 West Peabody Drive, Room 180, Urbana, Illinois, 61801, United States
- ZIP Code
- 61801
- Solicitation Number
- AG-518P-S-10-A112
- Archive Date
- 9/11/2010
- Point of Contact
- Randa Plotner, Phone: 217-244-3262
- E-Mail Address
-
randa.plotner@ars.usda.gov
(randa.plotner@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- 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 Request for Proposals is a Total Set- Aside for Small Business. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation No. AG-518P-S-10-0A112 is being issued as a Request for Proposals (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. The NAICS code applicable to this acquisition is 334516. USDA/ARS/MWA, NADC, Ames, IA, has a requirement for an Imaging Station meeting or exceeding the following Statement of Work and Minimum Requirements Specifications. Statement of work : The Imaging station will be used to record digital images of one dimensional and two dimensional gels and blots, and plates in which macromolecules or are specifically labeled with chemiluminescent, chromogenic, or fluorescent reagents. Images obtained by this equipment will be analyzed by supplied software to quantify signal intensity, and where suitable, determine molecular mass (e.g. proteins) or length (e.g. nucleic acids) of discrete molecular species, and be capable of differentiating macromolecules based on molecular characteristics (e.g. following differential labeling with fluorescent labels or probes). Images generated by this equipment will be included in scientific publications. Molecular image station capable of quantitative recording of images from 1 and 2-dimensional gels, blots, and plates, in which stains and probes are used to detect a wide range of macromolecules. The Salient Characteristics are as follows: (1) Gels and blots may be stained with chemiluminescent, chromogentic, and/or fluorescent dyes, and the imager must be capable of recording images over a wide range of wavelengths from UV through far-red. (2)Imager must have the capacity to record images generated by either trans or epi-illumination over a broad spectrum of wavelengths (from UV through far-red wavelengths). (3) Must be capable of a wide range of different wavelengths for fluorescence excitation and emission detection from the same sample. (4) Must be capable of recording fluorescent images generated at different wavelengths from same gel for differentiating macromolecules of different composition (e.g. identify different proteins in same gel that are differentially labeled). (5) 4 Megapixel cooled CCD camera with 10 x zoom capability. (6) Imager must use a high-speed illumination source capable of generating images with short exposure times. (7) The purchase will include computer software for image acquisition, display, and analysis, including quantitative analyses with multiple single-user licenses. (8) Software should be compatible with Microsoft Windows XP, brand name or equal, and Mac OS 10.4, brand name or equal, operating systems. (9) Software must be capable of generating standard curves and providing reports and images suitable for printing. (10) Software must be capable of automatically localizing gel lanes and individual bands.(11) Images obtained must be high (publishable) quality (12) Vendor agrees to on-site installation and training. (13) 12-month warranty. 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 quotation without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to the acquisition and can be found in full text at http://www.acquisitions.gov/comp/far/index/html. FAR 52.252-1, Solicitation Provisions provided by Reference are as follows: FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Provide with Quote); FAR 52.212-1, Instructions to offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3 Offeror Representation 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, 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. 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; 52.225-3, Buy American Act - North American Free Trade Agreement - Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (3 U.S.C 3332); 52-232-36, Payment by Third Party (31 U.S.C 3332) and FAR 52.233-3, Protest After Award. The above FAR clauses may be viewed at http://www.acquisitions.gov/comp/far/index/html SHIPPING: FOB Destination. DOCUMENTS INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a quotation on company letterhead detailing the item description, unit price 2) descriptive literature, brochures; 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 are preferred but will accept commercial references). References shall be provided for the product proposed and if possible include e-mail address of contact person; 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.acquisitions.gov/comp/far/index/html. DELIVERY TO: USDA/ARS/NADC, 1920 Dayton Ave., Bldg. 24, P.O. Box 70, Ames, IA 50010. PROPOSAL 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 offerer shall include their proposed delivery schedule as part of their quotation. 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's requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B Destination), technical and past performance are more important that price. EVALUATIONS & 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 and associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated by comparing descriptive literature against the salient characteristics. B) Delivery C) Warranty: Explain all details of the warranty. If an extended warranty is available explain details of extended warranty including price and availability after initial warranty expires. 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 offerers will be responsible for downloading their own copy of those documents related to this procurement. Furnish quotes to Randa Plotner, Purchasing Agent, USDA/ARS/MWA, 1101 W. Peabody Drive, 180 NSRC, Urbana, IL 61801, no later than August 27, 2010. Quotes and other requested documents may be provided by facsimile to 217-244-7703 if desired. Additional information may be obtained by contacting the Contracting Officer at 217-244-3262 or e-mail to randa.plotner@ars.usda.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MWAUrbana/AG-518P-S-10-A112/listing.html)
- Place of Performance
- Address: USDA/ARS/NADC, 1920 Dayton Ave., Bldg. 24, P.O. Box 70, Ames, Iowa, 50010, United States
- Zip Code: 50010
- Zip Code: 50010
- Record
- SN02241440-W 20100816/100814233348-5000fca6ae5460783cb7abae592db6cb (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 |