|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 22,1996 PSA#1664U.S. Department of Agriculture, ARS, FMOD, BA, Contracting Section,
Bldg. 003, Room 329, 10300 Baltimore Avenue, Beltsville, Md. 20705 66 -- HOBSON SPERM TRACKER SYSTEM SOL 42-3K47-96 POC Keina Burrier,
Contract Specialist, 301/504-5888. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
FAR Subpart 12.6 as supplemented with additional information included
in this notice. The announcement constitutes the only solicitation;
proposals are being requested and a written solicitation will not be
issued. The solicitation number 42-3K47-96, is issued as a Request for
Proposal (RFP), and incorporates provisions and clauses that in effect
through Federal Acquisition Circular 90-38. Facsimile proposals will
not be considered. The standard industrial classification code is 3826,
with a small business standard of 500 employees. This acquisition will
be procured on an unrestricted basis. The Government intends to
negotiate sole source with Biogenics/Hobson Tracking USA, 830 School
Street, Suite 7, Napa California 94559. The proposed contract will
include one line item as follows: Item 01 Hobson Sperm Tracker System
Minimum specifications/technical capabilities as follows: On screen
tracking: Immediate on-screen verification of correct operation;
Ability to analyze both highly concentrated and subfertile samples;
Measures from zero concentration up to 250 million sperm per ml.;
Continuous tracking: Extremely important motility characteristics such
as straight-line verlocity (VSL); Repeatable results/archival
capability; Automatic averaging of different fields; Ability to analyze
many different species; Ability to collect data on user-defined
subpopulations of sperm; Ease of serviceability: five year warranty,
covering all parts and labor; Operator's manual; Standard installation,
set up and training. Delivery is FOB Destination (include shipping
costs) to the Beltsville Agricultural Research Center, Beltsville,
Maryland within consignee's premises. Delivery is required on or about
November 30, 1996 or within 60 days after award. Any
interested/qualified source who believes they can provide the required
equipment must respond by 4:30 p.m. on or before September 12, 1996.
All such responses will be evaluated in order to determine the ability
to meet the above stated capabilities. The Government will award a
contract resulting from this solicitation to the responsible offeror
whose offer conforming to the solicitation will be most advantageous to
the Government, price and other factors considered. The following
factors shall be used to evaluate offers; technical capability, past
performances and price. The offerors shall identify where the offered
item meets or does not meet each of the Government functional and
performance minimum specification listed herein. Responses shall
include literature, brochures and other such information corresponding
to the required items which demonstrates the capabilities of the
offeror's equipment. The following FAR clauses and provisions apply:
FAR 52.212-1, Instruction to Offerors-Commercial Items; 52.212-2
awarded to a technical acceptable offeror, at fair and reasonable
price; 52.212-3, Offeror Representations and Certifications-Commercial
Items. The following FAR clauses in paragraph (b) of FAR 52.212-5,
Contract Terms and Condition Required to Implement Statues or Executive
Orders-Commercial Items, will apply to the resultant contract:
52.203-6, 52.203-10, 52.222-26, 52.222-35, 52.222-36, 52.222-37,
52.225-3, 52.225-9, 52.225-18 and 52.225-21. All offerors must include
a completed copy of FAR 52.212-3 with their response. Because this is
a commercial solicitation response time rather than the established in
Note 22 which in this instance, is not applicable to this commercial
acquisition. (0233) Loren Data Corp. http://www.ld.com (SYN# 0399 19960821\66-0005.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|