Federal Bid

Last Updated on 02 Jul 2015 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Imaging Surface Plasmon Resonance Sensor

Solicitation ID AG-51LA-S-15-0003
Posted Date 28 May 2015 at 8 PM
Archive Date 02 Jul 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Usda Ars Mwa Aao Acq/Per Prop
Agency Department Of Agriculture
Location Sao tome and principe
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; quotes are being requested and a written solicitation will not be issued. Solicitation No. AG-51LA-S-15-0003 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82. The NAICS code applicable to this acquisition is 334516. For a company to qualify as a small business, the small business standard is 500 employees or less.

The USDA, ARS, MWA, NCAUR, Peoria, IL has a requirement/need for a contractor to provide and deliver an Imaging Surface Plasmon Resonance Sensor (iSPR or SPRi) instrument to support the Bacterial Foodborne Pathogens and Mycology Research Unit (BFP). The instrument will be used for the simultaneous detection of multiple chemicals in a single analysis (i.e. multiplexed detection). resources to provide an Imaging Surface Plasmon Resonance Sensor instrument with the ability to remove chips or slides after analysis. The technical specifications are:

The instrument shall:

1) Be technically classified as an imaging surface Plasmon resonance sensor (iSPR or SPRi).

2) Have the capability for real time monitoring of events on the sensor surface.

3) Be capable of conducting a minimum of 16 assays concurrently on the same surface (chip or slide) and within the same flow cell.

4) Have a lateral resolution of less than or equal to 50 micrometers (25 or less preferred).

5) Use test surfaces (chips or slides) that are readily available and which can be easily modified to immobilize proteins or nucleic acids.

6) Have the capability of reproducibly introducing (injecting) samples into the test chamber (flow cell), as well as the necessary fluidics to support rinsing and cleaning of the test chamber.

7) Be powered at 100-120 V.

8) Come with the necessary computer and software for operation, control, and data analysis.

The software shall:

9) Be capable of controlling data acquisition from the instrument and exporting data in a commonly used format.

10) Be capable of providing a visual display of the changes occurring at the sensor surface (for example, images of the array at different times)

11) Be capable of subtracting the initial (background) signal and displaying sensorgrams of difference images or difference data.

12) Be capable of providing summaries of quantitative differences occurring throughout the assay, such as end-point analyses.

13) Be capable of calculating affinity constants for binding interactions.

DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the descriptive literature (with pictures) describing their proposed equipment with enough detail to ascertain whether the equipment meets the criteria listed above.

DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead including company DUNS#, detailing the item description, unit price per item, total price and valid for at least 60 days after receipt of quote; 2) at least 3 to 5 references. (Government references preferred but will accept commercial references). References shall be provided for the service proposed and if possible include the email address of the person to be contacted; and 3) Offerors shall include a completed copy of the provisions FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.acquisition.gov/far or see attachment 1 to download a copy.

REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer and will be considered.

The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/far/index.html. Far 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items: FAR 52.212-3, Offeror Representations and Certifications Commercial Items (provide with Quote); FAR 52.204-7, System for Award Management. (ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) DATABASE IN ORDER TO RECEIVE AN AWARD.) The website address for registration is: http://www.sam.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, clauses incorporated by Reference, FAR 52.212-4, Contract Terms and conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items are applicable to this acquisition: FAR 52.240-10, Reporting Executive Compensation and First Tier Subcontract Awards, Far 52.222-3, Convict Labor (E.O 11755), FAR 52-222-19, Child Labor, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-central Contractor Registration (31 U.S.C. 3332), far 52.232.36, Payment by Third Party (31U.S.C. 3332), FAR 52.233-2 Service of Protest and FAR 52.233-3 Protest After Award. The FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html

DELIVERY: FOB Destination. Delivery to: USDA-ARS-NCAUR, Peoria, Illinois. QUOTE PRICE MUST INCLUDE any installation, freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before 60 days ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation.

FAR52.212-2, EVALUATION-COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be based on Lowest price Technically Acceptable (LPTA) using simplified acquisition procedures. "LPTA" means the expected outcome of the acquisition that, results from selection of the technically acceptable quote with the lowest evaluated price.

EVALUATION & AWARD FACTORS-The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. Each Quote shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated against the technical capability of the item offered to meet the Government requirement. B) Delivery. Any amendment and documents related to this procurement will be available electronically at the internet site: http://www.fbo.gov Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Quotes to Chris Gunterman, Contracting Officer, USDA, ARS, MWA, 1815 N. University St. Peoria, IL 61604, no later than 3pm (CST), June 8, 2015. Quotes and other requested documents may be provided by email to [email protected] or facsimile to (309) 681-6682 if desired. Additional information may be obtained by contacting the Contracting Officer at (309) 681-6481.

 

Bid Protests Not Available

Similar Past Bids

University Mississippi 08 May 2015 at 4 PM
New hampshire 05 Jun 2019 at 7 PM
New orleans Louisiana 05 Aug 2020 at 5 PM
Location Unknown 31 Mar 2011 at 8 PM
Center Kentucky 24 Aug 2015 at 12 PM

Similar Opportunities

Warner robins Georgia 11 Nov 2025 at 5 AM (estimated)
Warner robins Georgia 11 Nov 2025 at 5 AM (estimated)
San joaquin California 14 Jul 2025 at 4 AM