|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1999 PSA#2408USDA-ARS-National Animal Disease Center, 2300 Dayton Avenue, P.O. Box
70, Ames, IA 50010 66 -- IMAGER SOL RFQ #66-99 DUE 083199 POC Donna M. Haws, Purchasing
Agent, 515/663-7246 The United States Department of Agriculture,
Agricultural Research Service, National Animal Disease Center has a
requirement to purchase an IMAGER. This is a combined
synopsis/solicitation for a commercial item, 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; quotes are being requested and a written
solicitation will not be issued. This solicitation is being issued as
Request for Quotation (RFQ) #66-99. This solicitation document and
incorporated provisions and clauses are those in effec through Federal
Acquisition Circular 90-46. This solicitation is under the Simplified
Acquisition Procedures (SAP) and is a Small Business -- Small Purchase
Set-Aside. The Standard Industrial Classification (SIC) Code is 3821
and the Business Size Standard is 500 employees. This will be a
Firm-Fixed price contract. CLIN 001: IMAGER, 1 EACH. The item you are
offering must meet or exceed the following salient characteristics:
Must be capable of single color fluorescence detection, direct
chemi-luminescence detection, chemi-fluorescence detection,
colorimetric detection, densitometry, with sample and gel
documentation. Must include high accuracy and throughput by
multiplexing standards and unknowns, high sensitivity with manual
fluorescent stains and tags, automated multi-channel acquisition and
display, and six variable filter positions. Must have cooled CCD
technology for enhanced sensitivity and image quality. QUOTING ON
BIO-RAD #170-7700 FLURO-S MULTILMAGER OR EQUAL. QUOTERS SHALL SUBMIT
MANUFACTURER'S DATA, DESCRIPTIVE MATERIAL, OR OTHER INFORMATION ON THE
EQUIPMENT TO BE FURNISHED UNDER THIS REQUEST FOR QUOTATIONS. PER FAR
13.106-2, AWARD WILL BE MADE TO ENSURE THAT THE PURCHASE IS THE MOST
ADVANTAGEOUS AND OF THE BEST VALUE TO THE GOVERNMENT; BASED ON THE
FOLLOWING EVALUATION FACTORS. THE GOVERNMENT WILL SELECT THE FACTORS
CONSIDERED TO BE SIGNIFICANT TO THIS PURCHASE: 1) Technical Capability
of the item offered to meet the Government's requirement; 2) Price; 3)
Past Performance; 4) Warranty Conditions; 5) Maintenance Availability;
6) Quality REFERENCE OF THREE (3) FIRMS FOR WHICH YOU HAVE PROVIDED
SIMILAR EQUIPMENT ARE REQUESTED. THESE WILL BE USED IN THE EVALUATION
PROCESS. DELIVERY CAN BE MADE WITHIN _______DAYS ARO. QUOTERS MUST
QUOTE AN F.O.B. DESTINATION PRICE. Equipment to be delivered to the
following address: USDA, ARS, NATIONAL SOIL TILTH LABORATORY, 2150
PAMMEL DRIVE, AMES, IA 50011. The provisions at 52.212-1, Instructions
to Offerors -- Commercial Items; 52.212-4, Contract Terms and
Conditions -- Commercial Items; and 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items apply to this acquisition. Offerors must include a
completed copy of the provision at 52.212-3, Offeror Representations
and Certifications -- Commercial Items, with its offer. SEE Note 1.
Posted 08/10/99 (W-SN365924). (0222) Loren Data Corp. http://www.ld.com (SYN# 0402 19990812\66-0020.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|