|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 6,2000 PSA#2550USDA, ARS, PPD, Contracts Branch, 5601 Sunnyside Avenue, Rm. 3-2126-C,
Beltsville, MD 20775-5100 66 -- QUALICON RIBO PRINTER MICROBIAL CHARACTERIZATION SYSTEM SOL RFQ
09-3K06-00 DUE 031300 POC Contact Contracting Officer Darleen Masten
(301) 504-1709 E-MAIL: click here to contact the contracting officer
via, dmasten@ars.usda.gov. The USDA, ARS, intends to purchase four (4)
Qualicon Ribro Printer Systems, Catalog Number 200200001 and a minimum
of 1,000 total per instrument of the following disposals (IDIQ buys):
(a) RiboPrinter System Eco RI Batch kit, 48-Test kit, 17720533; (b)
RiboPrinter System PstI Batch Kit, 48-Test kit, 17720596; (c)
RiboPrinter System PvuII Batch Kit, 48-Test kit, 17720601, as a sole
source from Qualicon, Inc., Route 141 and Henry Clay Road, Wilmington,
Delaware 19880-0357, under the authority of FAR 6.302-1, Only one
responsible source and no other supplies or services will satisfy
agency requirements. The shipping locations are: Athens, GA; College
Station, TX; Albany, CA; and Beltsville, MD. The system shall include
the characterization unit, manuals (operation and site preparation),
start-up supplies (i.e., RiboPrinter System Sample Preparation Pack,
480-Test Pack, 17020464), license to RibroPrinter pattern
identification database, credit for disposables used in installation,
software control system, analysis software, computer workstation with
CPU, monitor, removable hard disk drive, keyboard, mouse, laser
printer, heat treatment station, hand-held mixer, sample tube rack, one
year of maintenance, and five days of training on-site. The system is
patented by Qualicon and can create sub-species typing information on
32 bacterial isolates per day with less than 2 hours of hands-on time.
The typing data is electronically stored and available for further
study in a computerized system. A standardized format allows for easy
interchange of the data with other sites using the RiboPrinter System,
which is unique to this system. The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular FAC 97-15. The following FAR provisions apply to
this acquisition: (1) 52.212-1, Instructions to Offerors -- Commercial;
(2) 52.212-4, Contract Terms and Conditions -- Commercial Items, and
(3) 52.212-5, Contract Terms and Conditions Required To Implement
Statutes or Executive Orders -- Commercial Items, which include the
following FAR Clauses under this provision: (a) 52.203-6, Restrictions
on Subcontractor Sales to the Government, with Alternate I (41 U.S.C.
253g and 10 U.S.C. 2402); (b) 52.219-8, Utilization of Small Business
Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637
(d)(2) and (3)); (c) 52.222-21, Prohibitation of Segregated facilities;
(d) 52.222-26, Equal Opportunity (E.O. 11246); (e) 52.222-35,
Affirmative Action for Disabled Veterans and Veterans of the Vietnam
Era (38 U.S.C. 4212); (f) 52.222-36, Affirmative Action for Workers
with Disabilities (29 U.S.C. 793); (g) 52.222-37, Employment Reports on
Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (h)
52.225-3, Buy American Act -- Supplies (41 U.S.C. 10); 52.232-33,
Payment by Electronic Funds Transfer -- Central Contractor Registration
(31 U.S.C. 3332); 52.247-64, Preference for Privately Owned U.S.-Flage
Commercial Vessels (46 U.S.C. 1241); 52.222-41, Service Contract Act
of 1965, As Amended (41 U.S.C. 351, et seq.);52.222-42, Statement of
Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351,
et. seq.); and 52.222-44, Fair Labor Standards Act and Service contract
Act -- Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
Offerors are to include a completed copy of provision FAR 52.212-3,
Offeror Representations and Certifications -- Commercial Items, with
their offer. The SIC is 3826. System must be year 2000 compliant. 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. All responsible sources may
submit a quotation which shall be considered by the agency. Any such
quotes must be submitted by 3:00pm, Eastern Time, March 13, 2000, and
include at a minimum the following: a price quote (including shipping
cost), descriptive literature, five references for the proposed
instrument that have received the proposed instrument (Government
references preferred but will accept commercial references). Please
include a name and telephone number for all references. Quotations
shall be submitted to the address shown in No. 7 of this synopsis.
Facsimile or E-MAIL responses will be acceptable, but the government is
not responsible for failed deliveries of offers. Responses should
indicate solicitation number Request For Quotations (RFQ)
09-3K06-00.***** Posted 03/02/00 (W-SN430248). (0062) Loren Data Corp. http://www.ld.com (SYN# 0241 20000306\66-0007.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|