SOLICITATION NOTICE
66 -- Automated Flow Cytometer - Package #1
- Notice Date
- 8/4/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Agricultural Research Service - Western Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- AG-32SD-RFQ-15-NL02
- Archive Date
- 9/2/2015
- Point of Contact
- Nicholas D. Langley, Phone: 9792609475
- E-Mail Address
-
Nicholas.Langley@ars.usda.gov
(Nicholas.Langley@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Automated Flow Cytometer Specifications Commercial Item Clauses 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-32SD-RFQ-15-NL02 and is issued as a request for quotation (RFQ). This solicitation is a small business set-aside. The NAICS is 334516 and business size is 500 employees. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-83. The USDA, ARS, Grazinglands Research Laboratory, El Reno, OK, has a requirement for a 96 Well Automated Flow Cytometer to estimate genome size/ploidy of nuclear DNA within plant cells. The Government intends to award a firm fixed price purchase order. The Flow Cytometer must meet or exceed the following minimum specifications. 96 Well Flow Cytometer Minimum Specifications: 1. Built-in PC with Windows 7 or Greater. 2. Appropriate Diagnostic/Evaluation Software. 3. 2 or more appropriate lasers & LED for optimal detection of and estimating genome ploidy of plant nuclei/cells. 4. Appropriate lasers would be those that provide maximum excitation for DAPI or other appropriate flurochromes utilized for nuclear staining and ploidy estimations. 5. Require single sample analysis as well as multiple sample analysis through the use of an automated 96 deep well plate sampling attachment. Price to include delivery (FOB Destination), installation, and training of plant nuclei size determination/estimation at the USDA, ARS, GRL, 7207 W. Cheyenne Street, El Reno, OK 73036. Delivery to the location no later than September 15, 2015. A minimum 1 year warranty on parts, customer service, and software upgrades is required. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per item, total price and valid for at least 60 days after receipt of quote. and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; The Representation and Certification section should be completed electronically in the System for Award Management (SAM) at www.sam.gov. Failure to provide the required information in the requested format may result in quotes not being considered for award. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting award. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Commercial Item Clauses to apply are attached to this combined synopsis/solicitation. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material and capabilities of the offerors equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by no later than 2:00 p.m. central standard time, August 18, 2015. Quotations are to be addressed to Nick Langley, USDA, ARS, Western Business Service Center, 1001 Holleman Drive EAST, College Station, TX 77840. Or by email to Nicholas.Langley@ars.usda.gov. No faxed responses are acceptable.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/118a6c9f44d1ed29cf3e8c9c81e56b00)
- Place of Performance
- Address: USDA ARS Grazinglands Research Laboratory, 7207 W. Cheyenne Street, El Reno, Oklahoma, 73036, United States
- Zip Code: 73036
- Zip Code: 73036
- Record
- SN03824036-W 20150806/150805001004-118a6c9f44d1ed29cf3e8c9c81e56b00 (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 |