Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2012 FBO #3899
SOLICITATION NOTICE

66 -- Flow cytometer for analyzing DNA content and ploidy - RFQ, AG-82FT-S-12-0030

Notice Date
7/26/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, Rocky Mountain Research Station, 240 West Prospect Road, Fort Collins, Colorado, 80526, United States
 
ZIP Code
80526
 
Solicitation Number
AG-82FT-S-12-0030
 
Archive Date
8/23/2012
 
Point of Contact
Anthony O Salas, Phone: 970-498-1147, Stacy L. Rapp, Phone: 9704981285
 
E-Mail Address
asalas@fs.fed.us, srapp@fs.fed.us
(asalas@fs.fed.us, srapp@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Proposal for pricing for a Flow Cytometer for DNA analysis. This is a combined synopsis/solicitation for a commercial item 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; proposals, quotations are being requested and a written solicitation will not be issued. Solicitation number AG-82FT-S-12-0030 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through FAC2005-59. This procurement is a total small business set aside. The NAICS code applicable to this acquisition is 334516. The small business size standard is 500 employees. SPECIFICATIONS: USDA Forest Service, Rocky Mountain Research Station, has a requirement for a Flow cytometer for analyzing DNA content and ploidy. This equipment must include UV LED (365 nm) and 532nm laser for DAPI and propidium iodide stains, respectively. In addition, it must have detectors for side scatter. This device is needed to perform precise measurements of the total DNA content of individual nuclei. The request is for a CyFlow Ploidy Analyser, brand name or equal to. Another similar product that is able to meet the component needs will also be considered. Please see the full product specifications list on the attached solicitation. Bid MUST be good for 30 calendar days after close of buy. At a minimum, quotes must include the following information, specifications of the item quoted, delivery date, TAX ID number, and DUNS number. Payment will be made by Electronic Funds Transfer and Offeror must be registered in the Central Contracting Registration database (www.ccr.gov) and registration in ORCA (Online Representations and Certification Applications) www.orca.bpn.gov. The Government will award a contract resulting from this announcement to the responsible Offeror whose offer will provide the Best Value to the Government/Forest Service. See solicitation for more details. Offeror shall submit commercially available literature on your unit that demonstrates that all of the above capabilities are met. From the Federal Acquisition Regulation (FAR), the following provisions and clauses are applicable to this solicitation, FAR 52.212-1, Instructions to Offerors - Commercial Items, FAR 52.212.4, Contract Terms and Conditions - Commercial Items, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor, FAR 52.222-21, Prohibitions of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans, FAR 52.225-1, Buy American Act-Supplies, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, AGAR 452.209-70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction and AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants (Alternate 1)(FEB 2012). The full text of these clauses may be found at http://farsite.hill.af.mil/vffar1.htm. Submit your quote and technical information electronically to asalas@fs.fed.us, no later than August 8, 2012, 12p.m. Mountain Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82FT/AG-82FT-S-12-0030/listing.html)
 
Place of Performance
Address: Delivery Address:, Rocky Mountain Research Station, 735 North 500 East, Provo, UT 84606, Contracting Office Address:, Rocky Moutain Research Station, 240 West Prospect Ave., Fort Collins, CO 80526, United States
Zip Code: 80526
 
Record
SN02817268-W 20120728/120727001034-bee0faa244037e2040478adecd4f1167 (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.