Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2006 FBO #1721
SOLICITATION NOTICE

66 -- LABORATORY IMAGING SYSTEM

Notice Date
8/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area National Animal Disease Center, 2300 Dayton Avenue, Ames, IA, 50010
 
ZIP Code
50010
 
Solicitation Number
RFQ65-06
 
Response Due
8/24/2006
 
Archive Date
9/15/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items identified below, prepared in accordance with the format in FAR Subpart 12 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: offers are being requested and a written solicitation will not be issued. This solicitation number: RFQ65-06 is issued as a Request for Quotation (RFQ). This procurement shall be solicited under the Simplified Acquisition Procedures (SAP) and is a Small-Business Set-Aside. The North American Industry Classification System Code (NAICS) code is 333314. The USDA-ARS-Corn Insects Crop Genetics, Ames, Iowa, has a requirement to purchase a LABORATORY IMAGE ANALYZER (Fujifilm Medical System #YBFLA5100R and including: YB50STDFLTRS, YB5000SHG473KIT, YBFLA5000FLUORKIT, YBFLA5000IPKIT, YBSLWINOSA05, YBIRWINOSA05, YB6SCSI2TO2, YBADAPTEC2930U, and WDP1POWCD or EQUAL) and per the following must have SPECIFICATIONS: (1)Must have a scan area of 35 x 43 cm to accommodate large membranes (25 x 25 cm) and existing large phosphor imaging plates (35 x 25 cm), (2)Must have a pixel size selection of 200, 100, 50, 25, and 10 um, (3)Must have uniformity of plus or minus 5 percent over entire scan area, (4)Must be compatible with existing phosphor imaging screens/cassettes from Fuji (IP, Type MS, 35 x 43 cm), (5)Must be capable of radioactive image detection with P32, (6)Must have power requirements of switchable 115/240V, 50-60 Hz, (7)Maximum instrument dimensions 120 x 90 x 50 cm, (8)Must be able to scan storage phosphor autoradiography screens, ethidium, SYBR Gold, SYBR Green, and SYBR Safe stained gels, (9)Software must be compatible with Apple/Macintosh computer system, (10)Must include all software, manuals, cables, SCSI board, and power cords, (11)Must include freight/delivery, installation, on-site training, and one year extended warranty from date of installation. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Item; 52.212-3 Offeror Representations and Certifications-Commercial Items; 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. In Paragraph (B) of 52.212-5, the following apply: 52.203-6 and 52.225-13. The above FAR clauses may be viewed in full text at www.acquisition.gov. All offerors must include copies of 52.212-3 (Representations and Certifications). Faxed quotations are acceptable to Denise Hill at fax number 1-515-663-7482 on or before August 24, 2006. All responses will be evaluated in order to determine the ability to meet the above stated capabilities. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include technical specifications, descriptive material, literature, brochures and other such information corresponding to each minimum required item, which demonstrates the capabilities of the offerors equipment. Offerors shall identify where the offered item meets or does not meet each of the Governments functional and performance minimum specifications listed herein. Offeror shall include references of three (3) firms for which similar equipment was provided. The anticipated award date is August 31, 2006. All responsible sources may submit a quotation which shall be considered by the Agency.
 
Place of Performance
Address: USDA-ARS-MWA-CORN INSECTS CROP GENETICS, AMES, IOWA
Zip Code: 50011
Country: UNITED STATES
 
Record
SN01112486-W 20060813/060811220324 (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.