SOLICITATION NOTICE
66 -- Brand Name or Equal to Roche Diagnostic Lightcycler 480 Real Time PCR Well System II - RFQ FORM SF-18
- Notice Date
- 9/1/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
- ZIP Code
- 80305-3328
- Solicitation Number
- RA133F-11-RQ-1072
- Archive Date
- 9/12/2011
- Point of Contact
- DianaRomero, Phone: 303-497-3761
- E-Mail Address
-
diana.romero@noaa.gov
(diana.romero@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- RFQ FORM SF-18 COMBINED SYNOPSIS/SOLICITATION Brand Name or Equal to Roche Diagnostic Lightcycler 480 Real-Time PCR Well System II (I) This is 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number RA133F-11-RQ-1072. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (IV) This procurement is unrestricted and open to all sources. The associated NAICS code is 334516. The small business size standard is 500. (V) This combined solicitation/synopsis is for the purchase of the following commercial items: CLIN NO. 0001 - Brand Name or Equal to Roche Diagnostic Lightcycler 480 Real-Time PCR Well System II, Catalog #5015278001, in accordance with the salient characteristics, QTY 1 each CLIN NO. 0002 - Brand Name or Equal to Roche Diagnositic Lightcycler 480 Gene Scanning Software, Catalog #51039080001, in accordance with the salient characteristics, QTY 1 each (VI) Description of requirements is as follows: Salient Characteristics: 1. performs both real time quantitative PCR and high resolution melting curve analysis in both 96 and 384 well format. 2. takes at least 20 data acquisitions per degree centigrade 3. machine must have software capable of analyzing high resolution melting point data that includes showing second derivative max curve, tm comparison, calling out melting temperatures without exporting data. 4. temperature uniformity of 0.25C instantaneously across the thermal block 5. heating ramp rate of at least 4.8C/sec and cooling rate of at least 2.5C/sec 6. capable of detecting probes from 488-660nm 7. Software must be compatible with Line Item No. 0001 (VII) Required delivery: No later than December 30, 2011. Delivery shall be FOB Destination. Quote shall include shipping. Payment Terms are Net-30. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. In additions to written price quotes, offers are instructed to provide quotes on attached RFQ format. (IX) FAR 52.212-2, Evaluation -- Commercial Items (June 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Award will be made based to the Contractor whose quote offers the best value to the Government and will be evaluate quotations based on the following evaluation criteria: 1) Technical capability -meeting all salient characteristics., 2) Delivery Time, 3) Warranty, 3) Price, and 4) Past Performance- quote shall included at least two references and contractor's past performance will be based on timeliness, quality, and customer services. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 2011), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (June 2010), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Term and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 2011), applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note) (Effective March 1, 2011). (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). (7) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (36) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (E.O. 13513). (38)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (40) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).Department of the Treasury). The following clauses under subparagraph (c) apply: None under this subpart apply. (XIII) The following clauses are also applicable to this acquisition: 52.252.2 Clauses Incorporated By Reference (Feb 1998), This contract incorporates on or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov (End of Clause) 52.252-1 The following additional terms and conditions apply: 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) 52.211-6, Brand Name or Equal (Aug 1999) 52.242-15, Stop-Work Order (Aug 1989) The following CAR clauses apply: 1352.201-70 CONTRACTING OFFICER'S AUTHORITY (APR 2010) The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (End of clause) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 04:00 pm MDT on September 09, 2011. All quotes must be faxed or emailed to the attention of Diana Romero. The fax number is (303) 497-7719 and email address is Diana.Romero@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Diana Romero, 303-497-3761, Diana.Romero@noaa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RA133F-11-RQ-1072/listing.html)
- Record
- SN02558989-W 20110903/110902102012-b44198d08c7e817b78d5a0c85d073482 (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 |