Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2005 FBO #1374
SOLICITATION NOTICE

66 -- Rat and Mouse AROS Oligo Sets

Notice Date
8/29/2005
 
Notice Type
Solicitation Notice
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance and Acquisition Services, Jefferson Laboratories, Attn: Division of Contracts and Acquisitions, HFT-322 3900 NCTR Road, Jefferson, AR, 72079-9502
 
ZIP Code
72079-9502
 
Solicitation Number
fda-sol-05-00108
 
Response Due
9/9/2005
 
Archive Date
9/24/2005
 
Description
The Food and Drug Administration intends to issue a purchase order on a sole source basis to Operon Biotechnologies, Inc., 2705 Artie Street, Bldg. 400 , Suite 27, Huntsville, AL 35805, to provide collections of synthetic oligonucleotides corresponding to approximately 25,000 mouse genes and 20,000 rat genes. The gene collections will be used for the production of microarrays for analysis of gene expression changes in tissues from ongoing and anticipated studies at the National Center for Toxicological Research in Jefferson, Arkansas under the authority of FAR 6.302-1. A request for Proposal is not available. (i)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; proposal/bids are being requested and a written solicitation will not be issued. (ii) The solicitation number is FDA-SOL-05-00108. This solicitation is issued as a Request for Quote(RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05, July 27, 2005. (iv) The associated North American Industry Classification System (NAICS) Code is 339999, All Other Miscellaneous Manufacturing. Small business Size Standard 500 Employees. (v) The Food and Drug is soliciting for services and supplies per the following description: Rat AROS Oligo Set V3.0 1 ea. Mouse Aros Oligo Set 4.0 1 ea. The gene collection should meet the following requirements: - Represents approximately 25,000 mouse genes and 20,000 rat genes - Composed of oligonucleotides approximately 70 bases long - Represent well-described and well-annotated genes - Oligos must be purified, full-length, and salt free - Oligos must have a 5? amino linker - Must be in a form that is ready to print without further manipulations of the gene segments - Must be available in a 384-well format in customer-specified plates to allow automated printing of the microarray - Must be enough DNA to prepare at least approximately 1000 microarrays. - Oligo DNA sequence information must be available - Gene Ontology functional classification, and RefSeq and Locus Link identifiers must be provided An official authorized to bid the Offeror must sign the terms and conditions of the offer. Offerors that fail to finish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. Contract type: Commercial Item ? firm fixed price. Simplified procurement procedures will be utilized. (vi) To be delivered by October 21, 2005 to the Food and Drug Administration, 3900 NCTR Road, Jefferson, AR 72079. (vii)The provision at FAR 52.212-1 Instructions to Offerors? Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None (ix) The provision at FAR 52.212-2 Evaluation ? Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) past performance (see FAR 15.304); (iii) price. Technical and past performance, when combined, are equal when compared to price. The technical evaluation will be determination as to whether the proposed contractor is capable of completing the work. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the government to determine whether the product meets the technical requirements. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror past record of meeting delivery schedules and service/maintenance reputation. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. (x) Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52,222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.232-33 and 52.232-34. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. (xiii) A standard commercial warranty on parts and workmanship is required. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. (xv) See Numbered Note(s) 22. (xvi) Offers are due either in person or by fax on or before September 9, 2005 by 1400 , at the Food and Drug Administration/OSS/OFFAS, 3900 NCTR Road , Jefferson, AR 72079. (xvii) For information regarding this solicitation, please contact Patsy Scott @ (870) 543-7577, FAX: (870) 543-7990, email: pscott@nctr.fda.gov. -
 
Place of Performance
Address: 3900 NCTR ROAD, JEFFERSON, AR 72079
Country: USA
 
Record
SN00881574-W 20050831/050829211727 (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.