Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 09, 2020 SAM #6828
SOLICITATION NOTICE

66 -- Automated DNA Nucleic Acid Processing System - Animal Tissue Protocol

Notice Date
8/7/2020 12:04:56 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USDA ARS NEA AFRL KEARNEYSVILLE WV 25430 USA
 
ZIP Code
25430
 
Solicitation Number
12349B20S0780
 
Response Due
8/21/2020 1:00:00 PM
 
Archive Date
09/05/2020
 
Point of Contact
Timothy Smearman
 
E-Mail Address
tim.smearman@usda.gov
(tim.smearman@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.� Solicitation number 12349B20S0780 is issued as a request for quotation.� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07.� This solicitation is a 100% Total Small Business Set-Aside.� The associated NAICS code is 334516 (Analytical Laboratory Instrument Manufacturing), with a small business size standard of 1,000 employees. A.� Schedule: Requirement is for the following line items: 1. Automated Nucleic Acid Isolation DNA Extraction System, Quantity 1 each $______ 2. Installation and Training, Quantity 1 Job $______ 3. Option Period 01 One Year Preventative Maintenance/Repair $______ 4. Option Period 02 One Year Preventative Maintenance/Repair $______ 5. Option Period 03 One Year Preventative Maintenance/Repair $______ 6. Option Period 04 One Year Preventative Maintenance/Repair $______ B.� Specifications: Automated DNA Nucleic Acid Processing System with Animal Tissue Protocol with the following required minimum specifications: 1. Ability to extract DNA from animal tissue (like fish fin clips) for direct use in multiple applications like DNA sequencing (all technologies), high density SNP array genotyping, PCR, restriction digests, and transformations; 2. Flexibility to extract DNA from plasmid and BAC bacterial cultures, and blood and animal tissues; 3. Ability to extract DNA using a single-phase organic extraction without the requirement of filters, columns, magnetic beads, or vacuums; 4. Equipped with air ventilation to reduce and remove vapors and fumes; 5. Capability to process, unattended, a minimum of 384 samples in less than 6 hours (four 96 deep well plates) simultaneously, allowing multiple runs per day; 6. Capability of operating overnight unattended; 7. Automated Liquid transfer so that cross contamination between samples is eliminated; 8. Ability to operate through a user-friendly interface in a MS Windows 10 operating system; 9. Includes computer desktop or laptop and all the hardware that is needed to operate the system; 10. Upgradable to new extraction protocols as they are developed; 11. Installation and setup required with eight hours training provided for up to three people; 12. Extended Service Agreement to include all on-site repair and maintenance, all parts, labor and travel required for repairs and yearly preventative maintenance visit. Wage Determination No.: 2015-4285 Revision No. 15 applies; 13.� Trade-in allowance and removal of one Autogenprep 965 System, Serial Number 121018. The Government anticipates award of a Firm Fixed Price contract pending availability of funding.� Interested vendors are responsible for complying with entire combined synopsis /solicitation to include submission of quotation for all line items in accordance with the following instructions. Firm fixed price quotations and supporting technical information must be submitted to the attention of: Timothy Smearman, USDA ARS AFRS, 2217 Wiltshire Road, Kearneysville, WV 25430 or tim.smearman@usda.gov and respondents are responsible for ensuring receipt prior to August 21, 2020, 4 P.M. (EST).� Include: (a) Submit descriptive literature, technical specifications that fully demonstrate system capabilities to meet or exceed minimum required specifications under B. Specifications. (b) Submit firm fixed price quotation for all items specified under Schedule.� The cost quoted must include all charges associated with delivery, FOB Destination, Kearneysville, WV 25430. (c) Submit two Past Performance References with contact information for two recent contracts (within past three years) of contracts supplying required/similar items. (d) Completion of SAM Registration.� Offeror must have current Registration and completed Online Representations and Certifications in the System for Award Management (SAM).� The System for Award Management (SAM) is online at www.sam.gov.� Offeror certifies, by submission of quotation, that registration in SAM is current to include Online Representations and Certifications as of submission date of quotation in accordance with FAR 52.204-7, System for Award Management. Registration must remain active through final payment of any award resulting from this solicitation. Pending availability of funding, the basis for any potential award is Lowest Price Technically Acceptable (LPTA). ""LPTA"" means the expected outcome of the acquisition that, results from selection of the lowest evaluated price (evaluated as total cost of all line items) technically acceptable quotation that fully meets all specifications and having satisfactory past performance. Only the lowest priced quote will be evaluated for technical acceptability. The next lowest offer will only be evaluated if the aforementioned quote is not found technically acceptable (and so on). Only one award will be made under this solicitation based on availability of funding.� The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: � 52.202-1 Definitions; 52.203-3 Gratuities; 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government; 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions; 52.203-12 Limitation on Payments to Influence Certain Federal Transactions; 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights; 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation; 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; 52.204-7 System for Award Management; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.204-16 Commercial and Government Entity Code Reporting; 52.204-17 Ownership or Control of Offeror; 52.204-18 Commercial and Government Entity Code Reporting; 52.204-19 Incorporation by Reference of Representations and Certifications; 52.204-20 Predecessor of Offeror; 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; 452.204-70 Inquiries; 52.209-6 Protecting the Government�s Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 452.211-72 Statement of Work/Specifications; 452.211-73 Attachments to Statements of Work/ Specifications; 52.212-1 Instructions to Offers-Commercial Items; 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 of Executive Orders-Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-28 Post-Award Small Business Program Rerepresentation; 452.219-70 Size Standard and NAICS Code Information; 52.222-3 Convict Labor;� 52.222-19 Child Labor � Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35 Equal Opportunity for Veterans; 52.222-36 Equal Opportunity for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.222-54 Employment Eligibility Verification; 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; 52.225-1 Buy American�Supplies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications; 52.232-18 Availability of Funds; 52.232-19 Availability of Funds for the Next Fiscal Year; 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; 52.232-39 Unenforceability of Unauthorized Obligations; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.233-2 Service of Protest; 52.233-3 Protest after Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.222-41, Service Contract Labor Standards; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment; 52.222-55, Minimum Wages Under Executive Order 13658; 52.222-62, Paid Sick Leave Under Executive Order 13706; 52.252-1 Solicitations Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; Attachment 01 - Wage Determination No.: 2015-4285, Revision 1
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/adac7839c6a142daae5d08875a7401fe/view)
 
Place of Performance
Address: Kearneysville, WV 25430, USA
Zip Code: 25430
Country: USA
 
Record
SN05749788-F 20200809/200807230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.