Federal Bid

Last Updated on 28 Sep 2017 at 8 AM
Combined Synopsis/Solicitation
Rock West virginia

ThermoCycler

Solicitation ID ag-32sc-17-879097
Posted Date 07 Sep 2017 at 2 PM
Archive Date 28 Sep 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Eastern Business Service Center
Agency Department Of Agriculture
Location Rock West virginia United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 number AG-32SC-17-879097 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 334516 (Analytical Laboratory Instrument Manufacturing), with a small business size standard of 500 employees.
This acquisition is for the following item as identified in the Contract Line Item Number (CLIN):
0001) ThermoCycler
Specifications:
With the following minimum specifications:

Calibrated Dye: CY3, CY5, FAM, JOE, NED, ROX, SYBR Green I, TAMRA, Texas Red, VIC
Dimensions: Depth - 45cm(17.72in), Height - 49cm(19.29in), Width - 34cm(13.39in)
Dynamic Range: 9 logs
External Computer: 1 GB NON ECC 533 MHz DDR2, 16X DVD, 80 GB HD, Minitower, Celeron 346 (3.06 GHz)
For Use with (Equipment): 7500 system
Format: 96-well plate
High Throughput Compatibility: Multiplexing
Input Voltage: 120V
Optics: 5 emission filters, 5 excitation filters, CCD Camera, Tungsten-halogen lamp
Passive Reference Dye: No ROX, ROX (Pre-mixed), ROX (Separate Tube)
Peak Block Ramp Rate: 2.5 Celsius/ Sec
Power Limit: 950 W
Precision: 99.7% confidence (5000 & 10000 copies)
Reaction Speed: Standard
Reaction Volume Range: 20-100 ul
Sample Ramp Rate: +/- 1.1 Celsius/ Sec
Sensitivity: 1 copy of RNase P gene (human genomic DNA)
Software Compatibility: 21 CFR Part 11 Module (optional), 7500 System Software (RQ included), Primer Express
Temperature Accuracy: 0.25 Celsius (35 Celsius to 95 Celsius after 3 minutes)
Temperature Range (Metric): 4-100 Celsius

Delivery must be calculated and added to the following address:

US Horicultural Research Laboratory
2001 S. Rock Road
Ft. Pierce, FL 34945

Additionally, delivery costs to the above location must be annotated in proposal.

The Government anticipates award of a Firm Fixed Price contract.
Delivery will be within 60 days of award, quoted price should include delivery costs and units. Each offer must show a breakdown giving price of the new Equipment, provide descriptive literature or information showing that the offered equipment meets all specifications.

Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping).

Electronic submissions are preferred. Please email all quotes to [email protected]. NO LATE QUOTES WILL BE ACCEPTED.

The basis for award is Lowest Price Technically Acceptable. "LPTA" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price (to include shipping), and must also have satisfactory Past Performance.

INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination.

The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.211-6 Brand Name or Equal; AGAR 452.211-71 Equal Products Offered; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1 Buy American--Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference.

To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically.
Quotes must be received no later than September 13, 2017, 4:00pm Central Standard Time.

Questions in regards to this combined synopsis/solicitation are due no later than 3:00 PM CST on Monday, September 11, 2017. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation

Bid Protests Not Available

Similar Past Bids

Hall New york 06 Sep 2017 at 6 PM
Location Unknown 02 Sep 2015 at 1 AM
Location Unknown 23 Jan 2013 at 2 PM
Location Unknown 02 Aug 2002 at 5 AM
Apo Ae 09 Jun 2008 at 9 AM