Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2002 FBO #0187
SOLICITATION NOTICE

66 -- Ploidy Analyzer

Notice Date
6/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, South Atlantic Area Office/Athens, GA, 950 College Station Rd., Athens, GA, 30605
 
ZIP Code
30605
 
Solicitation Number
RFQ-020A-4384-02
 
Response Due
6/19/2002
 
Archive Date
7/4/2002
 
Point of Contact
Elaine Wood, Contract Specialist, Phone 706-546-3534, Fax 706-546-3444,
 
E-Mail Address
woode@saa.ars.usda.gov
 
Description
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 will not be issued. The solicitation number RFQ-020A-4384-02 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 01-06. This procurement will be made on an unrestricted basis. USDA, ARS has a requirement for a ploidy analyzer. This unit will be used to determine ploidy number of plants from breeding programs and also from wild populations, as well as quantify nuclear DNA content (genome size) of plants of interest. Unique requirements of the system are: unit must be capable of processing a diverse range of plant tissue (cell cultures, leaves, roots, seeds, and fruit tissue); unit must be able to provide determination of ploidy level, identify aneuploid cells (to one chromosome accuracy) as well as measure C-DNA content; unit must be able to process a sample in less than 3 minutes; software must be fully compatible with 32-bit Windows operation system and unit must be able to be networked with a Windows 2000 server. Delivery is required within 8 weeks ARO. Delivery is FOB Destination to USDA, ARS, Miami, FL. Descriptive literature showing the quoted item meets or exceeds all specifications included herein must accompany the quotation. The government anticipates award of a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforms to the solicitation and is most price advantageous to the government. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The contracting officer will make award based on price and price-related factors. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror/Representations and Certifications-Commercial Items, and FAR 52.222-70, Compliance with Veterans Employment Reporting Requirements with its proposal. Far 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses cited in 52.212-5 are applicable to this acquisition: 52.203-6; 52.203-10, 52.219-8; 52.222-26; 52.222-35, 52.222-36, 52.222-37; 52.225-3; 52.222-18; 52.225-21. The contractor 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 rights 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 its response. Responses are due 4:00 pm EDT,on June 19,2002, at USDA Agricultural Research Service, 950 College Station Rd, Athens, GA 30605-2720 (or POB 5677, Athens, GA 30604-5677). POC Elaine Wood, Contract Specialist, 706/546-3534 or fax 706/546-3444.
 
Record
SN00088142-W 20020607/020605213856 (fbodaily.com)
 
Source
FedBizOpps.gov 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.