Federal Bid

Last Updated on 20 Jul 2005 at 5 AM
Combined Synopsis/Solicitation
Baltimore Maryland

68 -- Big Dye Terminator Cycle Sequencing Kit, V1.1, 5,000 Reactions

Solicitation ID 5011265850-00197
Posted Date 14 Jun 2005 at 5 AM
Archive Date 20 Jul 2005 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Usda Ars Nea Aao Acq/Per Prop
Agency Department Of Agriculture
Location Baltimore Maryland United states 20705
This is a combined synopsis/solicitation for the following item 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: 5011265850-00197, is issued as a Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-04. This procurement shall be solicited on a unrestricted basis. The North American Industry Classification Code (NAICS) code is 325199. U.S. Dept. of Agriculture intends to award a sole source procurement to “Applied Biosystems”for the following item for a quantity of one each: Big Dye Terminator Cycle Sequencing Kit, V1.1, 5,000 reactions, Part Number: 4337452, because it is the only chemistry that can be used on the Model: ABI 3730 DNA analyzer - and not void the warranty contract that U.S. Dept. of Agriculture already has in place for the above existing analyzer instrument. Applied Biosystems is the manufacturer of the above requested item - and they are located in Foster City, California - and can be reached at phone number: 1-650-570-6667. This solicitation incorporates the following FAR clauses, provisions, and addendums: 52.204-3 Taxpayer Identification, 52-204-6 Data Universal Numbering System (DUNS) Number, 52.204-7 Central Contractor Registration, 52.211-5 Material Requirements, 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-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 or Executive Orders-Commercial Items, 52.216-24 Limitation of Government Liability; 52.216-25 Contract Definization; 52.223-13 Certificate of Toxic Chemical Release Reporting; 52.223-14 Toxic Chemical Release Reporting; 52.225-13 Restrictions On Certain Foreign Purchases; 52.232-1 Payments; 52.233-2 Service of Protest; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; and 52.244-6 Subcontracts for Commercial Items. In Paragraph (B) of 52.212-5, the following apply: 52.203-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.232-34, and 52.222-70. All offerors must include copies of 52.212-3 (Representations and Certifications) and 52.222-70 (Compliance with Veterans Employment Reporting Requirements). Faxed Quotations are acceptable and shall be faxed to John Wilkinson to fax number (301) 504-8696 on or before June 30, 2005. All responses will be evaluated in order to determine the ability to meet the above stated capabilities. Responses shall include technical specifications, literature, brochures and other such information corresponding to each minimum required specification; which demonstrates the capabilities of the offeror’s equipment. Offerors shall identify where the requested service meets or does not meets each of the Government’s functional and performance minimum specifications listed herein. The Government will 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. The anticipated award date is July 1, 2005. All responsible sources may submit a quotation, which shall be considered by the Agency.
Bid Protests Not Available