Federal Bid

Last Updated on 28 Aug 2003 at 5 AM
Combined Synopsis/Solicitation
Ames Iowa

66 -- Real-Time PCR DNA Amplification/Quantification System

Solicitation ID RFQ6203
Posted Date 23 Jul 2003 at 5 AM
Archive Date 28 Aug 2003 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usda Ars Mwa Aao Acq/Per Prop
Agency Department Of Agriculture
Location Ames Iowa United states 50010
This is a combined synopsis/solicitation for commercial items identified below, 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: offers are being requested and a written solicitation will not be issued. This solicitation number: RFQ6203, is issued as a Request for Quotation (RFQ). This procurement shall be solicited under the Simplified Acquisition Procedures (SAP) and is a Small- Business Set-Aside. (NOTE: “Nonmanufacturers’ Rule” requires that the contractor under a set-aside contract be a small business who must provide either its own product or the product of a domestic small business manufacturer within the United States). The North American Industry Classification System Code (NAICS) code is 334516. The USDA, Agricultural Research Service, National Animal Disease Center has a requirement to purchase a Real Time PCR DNA Amplification/Quantification System. Please quote EQUAL to one each of the following system:(1) Fluorescence Detector {MJ Research Opticon 2 CFD-3220 or EQUAL}; (2)Thermal Cycler Chasis {MJ Research DNA Engine PTC-0200 or EQUAL}; (3)Block/Sampler Holder {MJ Research 96V Alpha Unit, Gradient ALS-1296 or EQUAL}; (4)Computer w/software {MJResearch Opticon2 CFO-3220 or EQUAL}; (5) Flat Screen Monitor {MJ Research OCM-3201 or EQUAL}; (6) Instrument Installation {MJ Research OUK-3220 or EQUAL}. The items you are offering must meet or exceed the following salient characteristics and minimum specifications for a Real-Time PCR DNA Amplification/Quantification System: This equipment must be capable of real-time quantitative PCR and be able to simultaneously monitor two fluorescence channels for up to 96 samples. THERMAL CYCLING SPECIFICATIONS: (a)96 well capacity, (b)Thermal range 0 degrees C - 105 degrees C, (c)Temperature accuracy + or - 0.3 degrees C, (d)Temperature gradient capable. FLUORESCENCE DETECTION SPECIFICATIONS: (a)Linear dynamic range up to 10 orders of magnitude, (b) 10-100 uL sample volume range, (c)Capable of continuous two channel detection, (d)Fluorescence excitation range 470-505 nm, (e)Fluorescence detection range 523-700 nm. MISCELLANEOUS SPECIFICATIONS: (a)Computer included with at least 128 Mb RAM, 30 GB hard drive, and any communication interfaces required for operation of the thermal cycler and fluorescence detector, (b)Flat panel monitor included (at least 15 inches), (c)Software necessary to operate thermal cycler and fluorescence detection system included, (d)Software must be capable of melting curve analysis, (e)Electrical requirements: less than or equal to 115V/60Hz, 7.5 amps. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.211-6 Brand Name or Equal; 52.212-1 Instructions to Offerors-Commercial Item; 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 or Executive Orders-Commercial Items. In Paragraph (B) of 52.212-5, the following apply: 52.203-6, 52.223-9, 52.225-1, 52.225-13 and, 52.232-33. All offerors must include copies of 52.212-3 (Representations and Certifications). Faxed quotations are acceptable to Denise Hill at fax number 1-515-663-7482 on or before August 4, 2003. All responses will be evaluated in order to determine the ability to meet the above stated capabilities. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include technical specifications, descriptive material, literature, brochures and other such information corresponding to each minimum required item, which demonstrates the capabilities of the offeror’s equipment. Offerors shall identify where the offered item meets or does not meet each of the Government’s functional and performance minimum specifications listed herein. Offeror shall include references of three (3) firms for which similar equipment was provided. The anticipated award date is August 29, 2003. All responsible sources may submit a quotation which shall be considered by the Agency.
Bid Protests Not Available