SOLICITATION NOTICE
66 -- CyFlow Ploidy Analyser
- Notice Date
- 8/14/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, South Atlantic Area, Area Office, 950 College Station Rd., Athens, Georgia, 30605, United States
- ZIP Code
- 30605
- Solicitation Number
- RFQ-027-4384-09
- Archive Date
- 9/15/2009
- Point of Contact
- Patricia L Jones, Phone: 706-546-3533
- E-Mail Address
-
pat.jones@ars.usda.gov
(pat.jones@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial item 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; proposals, quotations are being requested and a written solicitation will not be issued. Solicitation number RFQ-027-4384-09 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through FAC2005-32. This procurement is a total small business set aside. The NAICS code applicable to this acquisition is 334516. The small business size standard is 500 employees. CLIN 1 - QTY 1 - CyFlow Ploidy Analyser SPECIFICATIONS: USDA ARS has a requirement for a CyFlow Ploidy Analyser with a Trade-In of a PA-II as a credit use to reduce the price of a new upgrade CyFlow Ploidy Analyser. The benchtop Ploidy Analyser (Flow Cytometer) is needed to perform precise measurements of the total DNA content of individual nuclei from plant tissue. Components for the equipment we need include: 1) Small footprint instrument optimized for ploidy analysis of plant tissue 2) No special temperature (i.e., cold room) requirements 3) Built-in LCD color monitor and computer 4) Software package designed for ploidy analysis 5) Simple and rapid tissue preparation protocol 6) No vacuum pump requirements 7) UV-Light Emitting Diode and fluorescence detector 8) A complete fluidics system with a quartz flow cuvette with a 200μm x 350μm channel cross-section 9) An optical table with a precision objective and filters for UV excitation and blue fluorescence 10) TVAC sample volume measurement system for determining absolute cell count and cell concentration 11) Electronics for signal amplification and analog to digital conversion 12) Trade - In a PA-II for credit to reduce the cost of a new upgrade CyFlow PA 13) Warranty Delivery requirement: Delivery shall be FOB Destination to Miami, FL. Delivery time is 6 to 8 week ARO. Quoted price shall include all delivery costs. Evaluation will be based on price and capability of equipment to meet specifications. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforming to the specifications will be most advantageous to the Government. PAYMENT: Any award made under the solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Please note on your proposal if you will accept a government purchase (VISA) card. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.212-1 Instructions to Offerors-Commercial Items: 52.212-3 Offeror Representations and Certifications-Commercial Items - annual representations and certifications are required. Offers shall include a statement as follows on their offer: the offeror vertifies by submission of this offer that the representations and certifications currently posted electronically at http://orca.bpn.gov have been entered or updated n the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference, except for paragraphs _____________; 52.212-4 Contract Terms and Conditions-Commercial Items; 52-212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items. In paragraph B of 52.212-5, the following apply: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222.36, 52.223-15, 52.223-16, 52.225-3, 52.225-13, 52.225-33, and 52.211-6. In the event the vendor will accept payment via the Government Purchase Card (VISA), the vendor shall annotate on its offer that it will accept the purchase card, and clause 52.232-33 will be superseded by clause 52.232-36. 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 [pricing, descriptive literature, copy of standard commercial warranty, provisions identified in paragraph above]. All sources wishing to provide a quotation must respond by 4:00 PM, August 31, 2009. Quotations should be addressed to USDA Agricultural Research Service, 950 College Station Rd, Athens, GA 30605-2720 (or POB 5677, Athens, GA 30605-5677). POC Patricia Jones, Purchasing Agent, 706/546-3533. Faxed or emailed responses are not acceptable. All responses will be evaluated to determine the equipment's capability to meet the above requirements. 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 year of manufacture, technical specifications, descriptive material, and capabilities of the offerors equipment. Offerors shall identify where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. Offeror shall include references (including names and contact information for individuals familiar with the transaction) of three firms for which similar equipment was provided. The anticipated award date is September 9, 2009. All responsible sources may submit a quotation which shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SAA-GA-A/RFQ-027-4384-09/listing.html)
- Place of Performance
- Address: USDA ARS SAA, 13601 Old Cutler Rd, Miami, Florida, 33158, United States
- Zip Code: 33158
- Zip Code: 33158
- Record
- SN01912012-W 20090816/090815001627-ac1f4f322ef68ffeae01e050a88aa1c1 (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 |