MODIFICATION
66 -- Portable Green Fluorescent Protein and Chlorophyll Fluorescence Detection Equipment
- Notice Date
- 9/15/2021 3:06:07 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
- ZIP Code
- 61604
- Solicitation Number
- 12505B21Q0243
- Response Due
- 9/27/2021 10:00:00 AM
- Archive Date
- 10/12/2021
- Point of Contact
- Aaron Dimeo, Phone: 6088900067
- E-Mail Address
-
aaron.dimeo@usda.gov
(aaron.dimeo@usda.gov)
- 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; quotes are being requested and a written solicitation will not be issued. Solicitation number 12505B21Q0243 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-07. The associated NAICS code is 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1,000 employees and the PSC code is 6640. The Department of Agriculture (ARS) has the need for the following products: 001) Portable Green Fluorescent Protein and Chlorophyll Fluorescence Detection Equipment Scope of Work: The USDA-ARS Cereal Corps Research Unit (CCRU) in Madison, WI is requesting quotes for�portable green fluorescent protein and chlorophyll fluorescence detection equipment to enhance vegetable genetic, and breeding research. Background: � GFP (green fluorescent protein) and chlorophyll fluorescence is being widely used in plant biology studies such as screening for positive transgenic plants in gene editing/genetic transformation, detection biotic and abiotic stresses, screening for photosynthetic performance, and plant disease resistances. The Vegetable Crops Research Unit (VCRU) at USDA-ARS Madison location hosts a dozen research scientists working on genetic improvement of various horticultural crops. A number of labs are using GFP chlorophyll fluorescence-based techniques in vegetable improvement research. A portable chlorophyll fluorescence detection equipment is in urgent need in both laboratory and field studies. We are seeking to purchase such an instrument to facilitate our genetics/genomics research that will be accessible for all labs in VCRU (and USDA-ARS labs at Madison, WI location). Technical Requirements:� The equipment will allow real-time imaging with a high-resolution CCD camera of chlorophyll and GFP ?uorescences. Typical measurements may include: Steady-state GFP fluorescence FV/FM Kautsky induction Quenching analysis Light curve Portable, able to image leaves, small plants, leaf segments, seeds, roots, tissues on plates in both field and laboratory conditions. Comes with user friendly software and interfaces. Able to measure large leaves (for example cucumber) through available accessories (for example, leaf clip mechanisms). The system should be powered from the power supply or run on rechargeable battery (when used in the field). Technical specifications Minimum imaging area should be no less than 35�35 mm Able to measure multiple Chl fluorescence parameters (e.g., F0, FM, FV, F0�, FM�, FV�, QY(II)), Abs PAR-value, or parameters derived from fluorescence emission (e.g., NPQ, FV/FM, FV�/FM�, Rfd, qN, qP), PAR-absorptivity, photosynthetic electron transport rate (PS), and others Excitation Light Sources: Measuring pulses: orange (620 nm), blue (455 nm), Actinic / saturating light: white � blue (455 nm) Saturating Pulse Intensity: Blue: >5,000 �mol(photons)/m�.s Actinic Light Intensity: Blue: > 1400 �mol(photons)/m�.s User friendly software with automated control of the system, allow user defined protocols and image processing tools; compatible with Windows 10 or higher operating system Electric requirements: 100-240 VAC, 50-60Hz. Travel: The vendor is responsible for any associated travel cost for installation and/or necessary on-site training of the equipment. Security Requirements: Installation should be completed during regular business hours (8:00 am to 5:00 pm), Monday through Friday. Evaluation Factors:� Lowest price, technically acceptable. The government intends to award a firm-fixed price award based on the lowest price technically acceptable product. The lowest priced product will be evaluated first; if not found acceptable, the next lowest priced product will be evaluated, and so on until an acceptable product is identified. The government will not review higher priced products if the lowest priced product is determined to be technically acceptable. For a vendor�s products to be considered technically acceptable, they must meet all of the technical requirements identified in the solicitation. The key technical requirements under review for each quote will be: Imaging area Saturating pulse intensity and actinic light intensity Ability to expand applications with customized filters and LED panels for other fluorescent proteins Available software capability Key Deliverables: Portable Green Fluorescent Protein and Chlorophyll Fluorescence System Leaf Clip Tripod Battery Pack Delivery Installation Training Delivery: Delivery, installation, and training to provided USDA-ARS CCRU located at 502 Walnut Street, Madison, WI 53726 within 60 days of contract award. The vendor shall provide all items F.O.B: destination. Location of the Government site is aboard USDA-ARS Madison, WI and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Submitting a Quote: To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) with a current and active registration. A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register.�Vendor must also include their DUNS# on their quote. Also, to be eligible, all vendors must be NDAA 889 Certified. If they do not currently have a NDAA 889 Certification, then they must complete the attached NDAA 889 Certification form and submit it to aaron.dimeo@usda.gov so that they can be added to the list of NDAA 889 Certified vendors. The submission and payment of invoices on the resulting contract will be made through the Invoice Processing Platform (IPP). As such, vendors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting contract. � Offerors responding to this announcement shall submit their quote on�SF 1449�(see attached). The quote should include all fees, delivery charges, and/or surcharges. This will be a tax-exempt purchase. Only electronic submissions will be accepted. Please email all quotes in writing on the SF 1449 to�aaron.dimeo@usda.gov by no later than�Monday, September 27, 2021 at 12:00 PM�Central Standard Time. Questions in regards to this combined synopsis/solicitation must be submitted through email and are due no later than�5:00 PM CST on Tuesday, September 21, 2021. Answers to any questions received by that time will be�posted as an amendment to this combined synopsis/solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/114296e807a34524a0c667365b3196d2/view)
- Place of Performance
- Address: Madison, WI 53726, USA
- Zip Code: 53726
- Country: USA
- Zip Code: 53726
- Record
- SN06133618-F 20210917/210915230116 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |