SOLICITATION NOTICE
66 -- LabChip XT System - Attachment 1
- Notice Date
- 8/31/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
- ZIP Code
- 55403
- Solicitation Number
- AG-6395-S-12-0129
- Archive Date
- 9/29/2012
- Point of Contact
- Carol R. Dingess, Phone: 612-336-3208, Jeanine Goral, Phone: 612-336-3353
- E-Mail Address
-
carol.dingess@aphis.usda.gov, Jeanine.J.Goral@aphis.usda.gov
(carol.dingess@aphis.usda.gov, Jeanine.J.Goral@aphis.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- LabChip XT p/n 127229 Product info Please return Attachment 1 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 Streamlined procedures as supplemented with additional information in FAR Parts 13.3 also included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. Applicable FAR and USDA clauses are incorporated by reference and may be viewed on the following website (s) https://www.acquisition.gov/far/index.html http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/index.html The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing for a 100% small business set-aside. The Small Business size standard for this NAICS code is 500 employees **All pricing to include any and all costs but not limited to: overhead, general and administrative costs, profit, and transportation** LabChip XT System Brand Name or Equal In accordance with FAR 52.211-6 Brand Name or Equal. - Instrument required for the processing of nucleic acid for next-generation sequencing. Line item Description $ 01 LabChip XT System Part Number - 127229 • LabChip XT V1 Software with laptop • 1 LabChip XT Kit • 1 Year Warranty 02 Additional LabChip XT DNA750 Kits • 5XT DNA 750 chips • XT DNA 750 Reagent Kit Sequence analysis is performed for de-novo pathogen discovery, using random amplification methods. This results in multiple products of varied size, which must undergo size selection and amplification in order to successfully perform next-generation sequencing analysis. This requires that nucleic acid must be analyzed for size ranges, and then selected through automated means that preclude contaminating small products. It has been observed that agarose selection is not sufficient for this function, as small products often contaminate material, and are then preferentially amplified in downstream molecular steps. The selected, amplified nucleic acid must then be prepared as libraries for next-generation sequencing. We require an instrument which can perform size analysis, and quantitation, as well as the capacity to select and separate products for a given size range. The work must be performed in the BSL3 containment laboratory of the Foreign Animal Disease Diagnostic Laboratory (FADDL) at Plum Island Animal Disease Center (Greenport, NY). This instrument is required as soon as possible, as certain experiments cannot be performed until we have this capability. Needs to reduce non-align reads with size selection Needs to be capable of excluding short fragments Needs to improve efficiency of sequencers and be capable of high recovery of product. Performance required: Capable of multiple colletions High instrument throughput Sample Tracking Quantitation of data Capability of advanced product collection (ie. 'Smear' products, and avoid specific 'peak' products) Ship to: fob destination USDA/APHIS/VS/NVSL 1920 Dayton Ave Ames, IA 50010 Evaluation 13.106-2 (b)(4)(i) Evaluation of quotations or offers. (b) Evaluation procedures. (4) For acquisitions conducted using a method that permits electronic response to the solicitation, the contracting officer may- (i) After preliminary consideration of all quotations or offers, identify from all quotations or offers received one that is suitable to the user, such as the lowest priced brand name product, and quickly screen all lower priced quotations or offers based on readily discernible value indicators, such as past performance, warranty conditions, and maintenance availability. WARRANTIES: Implied Warranty - The Government's post award rights contained in 52.212-4 are the implied warranty of merchantability, the implied warranty of fitness for particular purpose and the remedies contained in the acceptance paragraph. Additional Warrant - : 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. The following FAR and AGAR Provisions apply to this Solicitation. Offers submitted without completion of required Certifications,Representations, and Provisions at the time of submission may be considered nonresponsive. 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offeror Representations and Certifications-Commercial Items. AGAR 452.209 - 70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. The following FAR and AGAR Clauses apply to this Solicitation and resulting award. 52.212-4 Contract Terms and Conditions-Commercial Items. AGAR 452.209 - 71 ASSURANCE REGARDING FELONY CONVICTION OR TAX DELINQUENT STATUS FOR CORPORATE APPLICANTS 52.252-2 Clauses Incorporated by Reference. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (APR 2012) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.211-6 Brand Name or Equal. INSTRUCTIONS CONDITIONS AND NOTICES TO OFFERORS OR RESPONDENTS In order to have a complete quote package, as a minimum, it must contain the following items: Completion of all required items in attachment 1 ONLINE Completion of provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Anyone wishing to do business with the USDA Shall complete certifications electronically at http://sam.gov An offeror shall complete only paragraph (j) of this provision included in the solicitation if the offeror has completed the annual representations and certifications electronically at http://sam.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision included in the solicitation attachment 1. Offers submitted without completion of this provision will be considered nonresponsive. ONLINE A completed Central Contractors Registration at http://sam.gov In accordance with FAR 52.212-1 (k) Central Contractor Registration; anyone wishing to do business with the USDA must be listed in the government's Central Contractor Registrar. You may register on line with http://sam.gov or by calling Central Contractors Registration @ 1-866-606-8220 Potential Vendors must also obtain a Dunn and Bradstreet number. If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website: http://fedgov.dnb.com/webform or at ccr.dnb.com/ccr/pages/CCRSearch.jsp. Offers submitted without completion of this provision will be considered nonresponsive. The Vendor quote along with the completed Attachment 1 need to be sent to the attention of Jeanine Goral at the Email, Fax, or address listed below by 4:pm Central Time September 14, 2012. The U.S. DEPARTMENT OF AGRICULTURE IS A TAX EXEMPT AGENCY. (EXEMPT FROM STATE AND FEDERAL TAX)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-12-0129/listing.html)
- Place of Performance
- Address: USDA/APHIS/VS/NVSL, 1920 Dayton Ave, Ames, Iowa, 50010, United States
- Zip Code: 50010
- Zip Code: 50010
- Record
- SN02864036-W 20120902/120831235332-69e5cd97817b25523fba219bf0b29f40 (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 |