Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2017 FBO #5768
SOLICITATION NOTICE

66 -- THERMOCYCLER

Notice Date
9/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Agricultural Research Service - Pacific West Area
 
ZIP Code
00000
 
Solicitation Number
AG-0521-S-17-0029
 
Archive Date
9/26/2017
 
Point of Contact
Brian Fien, Phone: (509)335-3349
 
E-Mail Address
brian.fien@ars.usda.gov
(brian.fien@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
USDA, ARS, Pullman, WA has a requirement to for a Thermocycler. 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 announcement constitutes the only solicitation; quotations are being requested and a written solicitation is attached. The solicitation number is AG-0521-S-17-0029 and is issued as a request for quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-95. The Government intends to issue a firm-fixed price service contract for this requirement. The Specifications for the requested Thermocycler are below: 1.3D Digital PCR Instrument must have touchscreen, chip tray, USB port, power port, and Ethernet port. 2.Thermocycler must be capable of supporting a 96 well block (0.2 ml tubes) that has a peak block ramp rate equal to 6.0oC/sec. 3.Thermocycler must have a temperature accuracy of 0.25oC between the range of 35oC-99oC. 4.3D chip loader included. 5.Digital PCR Chip lids and Digital PCR Sample Loading Blades included. 6.3D Digital PCR Chip sealant must be UV activated. 7.3D chips must be available in 12 packs. 8.3D Digital PCR Master mix included for 96 chips. 9.Tilt bases and tilt base risers included. 10.12 Riser cable ties included. 11.Starter kit for training includes DNA, assay, chips and master mix. 12.Devices must be shipped and installed in the laboratory by the manufacturer. 13.Onsite Training. Each offeror shall include their proposed delivery schedule (in days after award) as part of their quotation. Acceptance and FOB point are destination The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 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 applies, with the following clauses; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1 Buy American-Supplies; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.233-3, Protest after award; 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at www.acquisition.gov/far. Award will be made to the Lowest Price Technically Acceptable Offer. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. The SAM is the Government repository, which retains information on Government contractors. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of these documents (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. Furnish quotations to Brian Fien, Purchasing Agent at Brian.Fien@ars.usda.gov, no later than the response date and time listed in this solicitation. Quotations must be received by email, facsimile, or mail. Email is the preferred method.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2a38b37361e13f482dbf725fd24c70a1)
 
Place of Performance
Address: 227 VOGL HALL, PULLMAN, Washington, 99164, United States
Zip Code: 99164
 
Record
SN04663671-W 20170908/170906232619-2a38b37361e13f482dbf725fd24c70a1 (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.