|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 5,1999 PSA#2403USDA-ARS-SAA, Richard B. Russell Center, 950 College Station Road,
Athens, GA 30605-2720 66 -- AUTOMATIC IMAGING SYSTEM SOL RFQ-029-4384-99 DUE 082499 POC
Elaine Wood, 706/546-3534 WEB: Click here to download a copy of
52.212-3, www.nist.gov/admin/od/contract/repcert.html. E-MAIL: Click
here to contact the contracting officer by email, woode@ars.usda.gov.
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; quotations are being requested and
a written solicitation will not be issued. The solicitation number
RFQ-029-4384-99 is issued as a request for quotations and incorporates
provisions and clauses that are in effect through FAC 97-09. FAR
52.219-6, Notice of Total Small Business Set-Aside is applicable to
this acquisition. The standard industrial classification code is 3826.
The small business size standard is 500 employees. Application of
instrument: the automatic imaging system will be used for radioisotopic
gel and blot analysis. The results obtained from use of this system
will provide mapping data and give the ability to genotype plants for
resistance or other agrinomic traits, the most important being yields.
The system must have the following capabilities: 1. Real time image
with color and continuous gray scale. 2. Image enhancement to minimize
backgrounds and optimize display. 3. Background subtraction
capability. 4. Lane manipulation ability to orient imperfect lanes. 5.
Capable of direct nuclear counts of P-32, P-33 and S-35. 6. Instrument
should determine molecular weights ranging from 23 kilo base pairs to
500 base pairs. 7. File management capabilities and print capabilities
should include at a minimum 233 Mhz Pentium processor, CD-Rom and
Windows 95, compatible printer and 15" monitor. 8. On site installation
and instruction. Delivery is required within 8 weeks ARO. Delivery is
FOB Destination to USDA, ARS, Raleigh NC. Descriptive literature
showing the quoted item meets or exceeds all specifications included
herein must accompany the quotation. The government anticipates award
of a contract resulting from this solicitation to the
responsive/responsible offeror whose offer conforms to the solicitation
and is most price advantageous to the government. Theprovision at
52.212-2, Evaluation-Commercial Items, applies to this acquisition. The
contracting officer will make award based on price and price-related
factors. Offerors shall include a completed copy of the provision at
FAR 52.212-3, Offeror/Representations and Certifications-Commercial
Items and FAR 52.222-70, Compliance with Veterans Employment Reporting
Requirements with its proposal. Far 52.212-4, Contract Terms and
Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5,
Contract Terms and Conditions Required to Implement Statues or
Executive Orders -- Commercial Items, applies to this acquisition. The
following FAR clauses cited in 52.212-5 are applicable to this
acquisition: 52.203-6; 52.203-10, 52.219-8; 52.222-26; 52.222-35,
52.222-36, 52.222-37; 52.225-3; 52.222-18; 52.225-21. 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 costto 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 are due 15 days from the date this notice is published in the
CBD by 4:00 pm local time, August 24, 1999 at USDA Agricultural
Research Service, 950 College Station Rd, Athens, GA 30605-2720 (or POB
5677, Athens, GA 30604-5677). POC Elaine Wood, Contract Specialist,
706/546-3534 or fax 706/546-3444. Posted 08/03/99 (W-SN362523). (0215) Loren Data Corp. http://www.ld.com (SYN# 0391 19990805\66-0013.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|