SOLICITATION NOTICE
66 -- Fluorescence and Chemiluminescence Gel Imaging System
- Notice Date
- 9/20/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, North Atlantic Area, Kearneysville, WV, 2217 WILTSHIRE ROAD, KEARNEYSVILLE, West Virginia, 25430, United States
- ZIP Code
- 25430
- Solicitation Number
- AG349BS10AJ17
- Archive Date
- 10/9/2010
- Point of Contact
- TIMOTHY A SMEARMAN, Phone: 304-725-3451 EXT 341
- E-Mail Address
-
tim.smearman@ars.usda.gov
(tim.smearman@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 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 AG349BS10AJ17 is being issued as a request for quotation. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-43. This requirement is a total small business set-aside for NAICS 334516. Offerors are responsible for following and complying with this entire combined synopsis/solicitation. Submission of quotations shall be in accordance with the instructions identified under Item (A.3) listed below and shall include completion of Items a through f. SCOPE OF WORK - The USDA requires one Fluorescence and Chemiluminescence Gel Imaging System be furnished and delivered F.O.B. Destination to the USDA, Appalachian Fruit Research Station, in Kearneysville, West Virginia 25430 in accordance with the terms, conditions, and specifications contained in this document. Required delivery date is 60 days after award. (A.1) SCHEDULE OF ITEMS - Furnish and deliver one Fluorescence and Chemiluminescence Gel Imaging System in accordance with the following: Camera lens must have aperture of f 1.2 to allow weak samples to be imaged within a shorter time period; Minimum 16 Bit CCD Camera; Camera must have a field of view of no less than 32 X 24 cm to allow imaging of larger gels; Camera must view sample from top and not from bottom and sample must not be flipped upside down or flattened with a lid to be viewed in order to use GFP with plates or plants; Camera must not produce vignetting - the reduction of an image's brightness or saturation at the periphery compared to the image center that causes poor image quality and is not publication quality; Camera must have peltier cooling to -29 o C to perform adequate chemiluminescence imaging and to allow for long frequent exposures used in this process; EPI RGB excitation sources must be from LED lights. There must be 4 light sources in each color channel. Within each light source, there must be at least 6 LED bulbs to minimize exposure times. The LEDs must down on the sample for each color excitation. These must shine directly on top of the sample without going through glass. EPI RGB LEDs allow for multiplexing. They also have minimal heating effects, therefore heat is more controllable than conventional halogen/tungsten bulb system. LEDs have a longer life span than other sources; Cabinet must have a magnetic lock for long exposures to prevent accidental opening of the cabinet door during extended chemiluminescence exposure; Software must provide a report on the image capture conditions for the lens aperture, focus, zoom, lighting, exposure times so the image can be repeated at a later point. File must be able to be opened in the analysis software to provide full reporting on the gel lanes, tracking, histograms, and molecular weight to ensure data integrity; System must be able to capture chemi images with fully automated setup enabling imaging without having to choose filter, exposure times, aperture each time; Minimum of four software licenses must be included; System must be compatible with Windows XP and Windows7 environments; Standard Commercial Warranty is required. (A.2) SHIPMENT - Shipment shall be FOB Destination and shall be delivered between the hours of 8:00 a.m. to 4:00 p.m., Monday through Friday, to USDA-AFRS, 2217 Wiltshire Road, Kearneysville, WV 25430. (A.3) *** INSTRUCTIONS FOR SUBMISSION OF QUOTATION *** QUOTATIONS MUST BE SUBMITTED IN WRITING TO THE ATTENTION OF: Timothy Smearman, USDA, AFRS, Administration Office, 2217 Wiltshire Road, Kearneysville, WV 25430 AND SHALL BE RECEIVED PRIOR TO: 3:00 P.M. (EST) September 24, 2010 and must include all of the following specified under (a) through (e): NOTICE: QUOTATIONS SENT BY FAXSIMILE OR ELECTRONIC MAIL (E-MAIL) ARE NOT ACCEPTABLE, WILL BE CONSIDERED NON-RESPONSIVE, AND WILL BE REJECTED. OFFERORS SHALL COMPLETE AND SUBMIT ALL OF THE FOLLOWING: (a) Submit Quotation for all Line Items specified under (A.1) Schedule of Items to include quantity proposed and total dollar amount per line item. The cost proposed must include all charges associated with delivery of the proposed line items, FOB Destination, Kearneysville, WV 25430. (b) Submit Descriptive Literature of proposed product. Quoters shall address all specifications & clearly document that the product offered meets or exceeds the specifications identified herein. Note: If an offeror does not indicate whether its proposed equipment meets specified technical specifications, a determination will be made that that it does not. (c) Submit Statement certifying that offeror has completed registration in the Central Contractors Database in accordance with FAR 52.204-7 Central Contractor Registration. By submission of a quote, the offeror acknowledges the requirement that the prospective awardee shall be registered in the CCR database ( http://www.ccr.gov ) prior to award, during performance, and through final payment of any contract resulting from this solicitation. (d) Submit Statement certifying completion of the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. By submission of a quote, the offeror acknowledges that the representations and certifications currently posted electronically are current, accurate, complete, and applicable to the NAICS 334516 as of the date of this offer. Reference FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. (e) Submit Statement indicating acceptance or non-acceptance of payment by Government Visa Credit Card. (A.4) The following FAR provisions and clauses apply to this acquisition and are available in full text at: http://www.arnet.gov 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors - Commercial Items; 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 including subparagraphs: (1) 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government; (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; (9) 52.219-6, Notice of Total Small Business Aside; (20) 52.222-3, Convict Labor; (21) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (22) 52.222-21, Prohibition of Segregated Facilities; (23) 52.222-26, Equal Opportunity; (24) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (25) 52.222-36, Affirmative Action for Workers with Disabilities; (26) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (34) 52.225-13 -- Restrictions on Certain Foreign Purchases; (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; (41) 52.232-36 Payment by Third Party; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.242-17 Government Delay of Work; 52.247.21 Contractor Liability for Personal Injury and/or Property Damage; 52.247-34 F.o.b. Destination. (A.5) EVALUATION CRITERIA - - The Government contemplates award of one order resulting from this solicitation to the responsible offeror whose offer represents the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability of item offered to meet the Government Requirement, 2) Past Performance, 3) Price. Technical capability and past performance, when combined, are more important than price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Information provided will be evaluated as to whether the offeror has demonstrated that its proposed equipment meets or exceeds all specifications. Quoters shall address all specifications & clearly document that the product offered meets or exceeds the specifications identified herein. Note: If an offeror does not indicate whether its proposed equipment meets a certain technical specification, a determination will be made that that it does not. (A.6) ADDITIONAL INFORMATION - - Questions by Interested Parties shall be submitted by electronic mail or facsimile to the attention of: Contracting Officer - Solicitation number AG349BS10AJ17 to: Electronic mail: tim.smearman@ars.usda.gov or : 304-728- 7182.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/NAA-AFRS/AG349BS10AJ17/listing.html)
- Place of Performance
- Address: 2217 Wiltshire Road, Kearneysville, West Virginia, 25430, United States
- Zip Code: 25430
- Zip Code: 25430
- Record
- SN02288629-W 20100922/100920234647-c7f9035d2b348a91f64863a8c72d15e4 (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 |