Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 11, 2021 SAM #7193
MODIFICATION

65 -- Gel Imager

Notice Date
8/9/2021 2:52:59 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B21Q0116
 
Response Due
8/19/2021 3:00:00 PM
 
Archive Date
09/03/2021
 
Point of Contact
Aaron Dimeo, Phone: 6088900067
 
E-Mail Address
aaron.dimeo@usda.gov
(aaron.dimeo@usda.gov)
 
Description
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 12505B21Q0116 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06. The associated NAICS code is 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1,000 employees and the PSC code is 6525. The Department of Agriculture (ARS) has the need for the following products: 001) Gel Imager Scope of Work: The USDA-ARS National Center for Agricultural Utilization Research (NCAUR) in�Peoria, IL is requesting quotes for a new Gel Imager with built in analysis software, a two-year warranty, and 1 preventative maintenance visit. Background: Instrument needs to do multiple functions as described above in features and have the option to obtain extended Warranty as needed to ensure continued and reliable operation in support of the NCAUR research mission. Technical Requirements:� Two-year Warranty and 1PM Remote Technical Support Software updates Customizable to collect multiple signal types on the same gel. Can image Petri plates, well plates and TLC plates Can image nucleic acid, protein gels, western blots, leaf sections Customizable quantitation and normalization 6 excitation and 6 emission filters. Uses green LEDS as light source, also has visible light LED and IR LED. Instrument self-diagnosis Optical zoom to 2x and digital zoom to 8x Government will be present during delivery and installation of equipment. If needed, the government will supply a standard loading dock to accept delivery of the unit. The government will supply a location with suitable instrument requirements (space, electricity) as needed to operate the instrument. Equipment will be delivered to 1815 North University Street, Peoria, Illinois. Given CoVid restrictions, additional requirements will be in place for entrance to the lab. These will be communicated with the equipment supplier. Attempts will be made to ensure that safety is met for all parties and the equipment delivered in a timely manner. Travel: All service visits will be coordinated with NCAUR. Contractor�s Key Personnel: Only factory trained engineers are to perform any service procedure. Security Requirements: A copy of an official government photo ID (State-issued driver�s license or ID card, passport, green card, etc.) must be provided no later than one week before arrival of contract service technician(s) except in the case of emergency service, were only the name of the technician provided via email or telephone will be necessary.� Security access to the NCAUR facility will be provided based on this identification requirement.� Freight drivers must comply with NCAUR COVID-19 pandemic guidelines to include the wearing of face masks and maintaining 6-foot social distancing. Section 889 of the National Defense Authorization Act Certification: Offeror will represent that: (1) It will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. (2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that It does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. Evaluation Factors: Lowest price, technically acceptable. The government intends to award a firm-fixed price award based on the lowest price technically acceptable quote. The lowest priced quote will be evaluated first; if not found acceptable, the next lowest priced quote will be evaluated, and so on until an acceptable quote is identified. The government will not review higher priced quotes if the lowest priced quote is determined to be technically acceptable. For a vendor�s quoted products to be considered technically acceptable, they must meet all of the technical requirements identified in the solicitation/SOW. Key Deliverables: Gel Imager Analysis Software Software Upgrades Delivery Installation Training/Orientation 2-year Warranty Preventative Maintenance Visit Emergency Maintenance Delivery: Delivery, instillation, and training must be provided at USDA-ARS 1815 N. University Street, Peoria, IL 61604 within 60 days after award. The vendor shall provide all items F.O.B: destination. Location of the Government site is aboard USDA-ARS Peoria, IL and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Submitting a Quote: To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) with a current and active registration. 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.�Vendor must also include their DUNS# on their quote. Also, to be eligible, all vendors must be NDAA 889 Certified. If they do not currently have a NDAA 889 Certification, then they must complete the attached NDAA 889 Certification form and submit it to aaron.dimeo@usda.gov so that they can be added to the list of NDAA 889 Certified vendors. The submission and payment of invoices on the resulting contract will be made through the Invoice Processing Platform (IPP). As such, vendors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting contract. � Offerors responding to this announcement shall submit their quote on�SF 1449�(see attached). The quote should include all fees, delivery charges, and/or surcharges. This will be a tax-exempt purchase. Only electronic submissions will be accepted. Please email all quotes in writing on the SF 1449 to�aaron.dimeo@usda.gov by no later than�Thursday, August 19 2021 at 5:00 PM�Central Standard Time. Questions in regards to this combined synopsis/solicitation must be submitted through email and are due no later than�5:00 PM CST on Friday, August 13, 2021. Answers to any questions received by that time will be�posted as an amendment to this combined synopsis/solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/54c26eae7bd04244943ca23af72f16fd/view)
 
Place of Performance
Address: Peoria, IL 61604, USA
Zip Code: 61604
Country: USA
 
Record
SN06089712-F 20210811/210809230118 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.