SOLICITATION NOTICE
66 -- Oligos-Bar Coded Primers - Solicitation
- Notice Date
- 8/17/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWHT0319
- Archive Date
- 9/7/2016
- Point of Contact
- Hugo M. Robinson, Phone: 3016197811
- E-Mail Address
-
hugo.m.robinson.civ@mail.mil
(hugo.m.robinson.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation W81XWH16T0319 This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, Streamlined Procedures for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes are being requested and a written solicitation will not be issued. The solicitation number is W81XWH16T0319. The solicitation is issued as a request for quotation (RFQ). Provisions and clauses in effect through Federal Acquisition Circular 2005-78 are incorporated. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses https://acquisition.gov/far/index.html and http://www.acq.osd.mil/dpap/sitemap.html. The NAICS code is 334516, with a small business size of 1000 employees. This is a Full and Open Competition requirement; brand name or equal in accordance with FAR 52.211-6; all qualified vendors are encouraged to submit a quote. USAMRAA, on behalf of the Walter Reed Army Insitute of Research (WRAIR), Silver Spring, MD requests responses from qualified sources capable of equipment that is brand name or equal to: Integrated DNA Technologies' HPLC purified - 1 umole scale - 70bp oligo - with 3' phosphorothioate bond. (Item Number: i5 Oligo)(Quantity 240). Also HPLC purified - 1 umole scale - 65bp oligo - with 5' phosphate modification. (Item Number: i7 Oligo)(Quantity 360). MINIMUM ESSENTIAL CHARACTERISTICS-Brand Name or Equal Barcoded Primers-Oligos 1. Primers (aka oligonucleotides) shall contain a phosphorylated 5' (five-prime) modification. 2. Primers shall contain a 3' (three prime) phosphorothioate modification. 3. Primers shall be manufactured on a 1 umole synthesis scale. 4. HPLC or PAGE purification options shall be available during synthesis (HPLC is sufficient). 5. Primers shall be either lyophilized or an acceptable working solution (i.e. Tris pH 8.0 buffer; water or TE buffer is not acceptable) that is adequate for long term freezer storage. 6. Vendor shall be able to provide primers containing 65-70 base pairs. 7. Vendor shall take synthesis orders on-line. 8. Vendors shall be able to synthesize a sufficient number of primers to result in 384 unique barcode reads (i.e. minimum 40 primers) to be synthesized, purified, and shipped within 14 business days of receipt of order. 9. Primers shall be supplied in individual tubes or on a plate with removable individual tubes/wells. INSTRUCTIONS TO OFFERORS: Offerers shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for a thorough evaluation of the quote. Additionally, the vendor shall fully explain their ability to meet the requirements above. If offering a product other than the Brand Name specified herein, the vendors are required to provide descriptive literature in sufficient detail to determine if the items quoted are technically acceptable in terms of Brand Name or Equal to the Integrated DNA Technologies' barcoded primers-oligos. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all CLINS are priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Additionally, the offerors shall submit firm-fixed pricing for the trade-in equipment listed above. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. PLEASE NOTE: Pricing is to be submitted separately from the technical approach. Two (2) files should be submitted (one file for technical data, and one file for price) via email to Hugo Robinson, Contract Specialist, hugo.m.robinson.civ@mail.mil. SUBJECT: W81XWH16T0319. EVALUATION FACTORS FOR AWARD: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable offer, which shall represent best value to the Government. Award shall be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors (ie. technical conformance to the requirements of the solicitation). Evaluation of price will be based on the offeror's total price for all line items as delivered to the specified destination. Past Performance is not an evaluation factor for this acquisition. Technical Approach Conformance to Essential Characteristics - Vendors shall submit a quote including all necessary documentation demonstrating that their solution meets all of the requirements within the Salient Characteristics. If marketing brochures are submitted, please ensure that it denotes exactly how all salient characteristics are met; otherwise provide the supplemental information within the technical approach of your quote. Page limitation for Technical Approach: Twenty (20) pages. Offerors exceeding the page limitations will have those excess pages unread and not evaluated. Price Price (all CLINs shall be priced) - Proposed prices will be evaluated for reasonableness and completeness. The offeror's initial quote shall contain the offeror's best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. Quotes shall be submitted by email only as a MS Word or Adobe PDF attachment to: Quotes are due by 4:00 PM EDT on Tuesday, 23 Aug 2016. Any questions must be addressed to hugo.m.robinson.civ@mail.mil by email only NLT 2:00 PM EDT on Friday, 19 Aug 2016. No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWHT0319/listing.html)
- Place of Performance
- Address: WRAIR, Silver Spring, Maryland, 20910, United States
- Zip Code: 20910
- Zip Code: 20910
- Record
- SN04229151-W 20160819/160817235929-d530b0d9a692889542d30a15378a9741 (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 |