The RFP Database
New business relationships start here

Fragment Analyzer



Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

The Agricultural Research Service, U.S. Meat Animal Research Center, requires an improved instrument for separating DNA fragments for critical quality control purposes in an existing sequencing facility. Advances in the capabilities of existing DNA sequencing platforms in use at USMARC require the ability to resolve fragments in the 20-50 kilobase range. The instrument should be capable of resolving fragments from 100 to 50,000 bases, and provide a readout that graphically displays the relative amount of sample as a function of size. The peak sizes should be evident in this graphic readout, and we desire the ability to overlay sample traces on top of one another, as well as the sizing ladder used to identify peak size. Approximate quantification of the amount of DNA within a size range would be ideal. The instrument must be able to analyze quantities of sample in the picogram to nanogram concentration range. Simplicity of operation, instrument cost, and consumable costs, should be included in the bid. Also critical is the consumables cost per sample, when small number of samples are run at a time (2-8 samples/run), so an estimation of the cost per sample under scenarios of repeated use with 2-8 samples is requested. A non-destructive mode of operation, in which the same diluted sample can be run repeatedly without additional preparation, is desired to prevent loss of rare sample. The desired instrument should also be able to analyze RNA samples, providing quality estimates similar to the RIN number of the Agilent Bioanalyzer 2100. The RNA mode should also provide graphic readout of size in relation to quantity. Selection of the best value will consider capital cost, capabilities in DNA and RNA separation and analysis, ease of operation, and predicted consumable cost under the conditions specified above. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 (current as of FAC 2001-24), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation quotations are being requested and a written solicitation will not be issued. The NAICS is 334516. The Solicitation number AG6538S150036 is issued as a Request for Quotation (RFQ). The description of items and clauses incorporated in this synopsis/solicitation are applicable to this procurement and will be incorporated into any resultant purchase order.
Contract Line Item Number (CLINs): CLIN 001 - Fragment Analyzer


SAM: Vendor must be registered in the System for Award Management prior to the award of the contract. You may register by going to www.sam.gov. You will need to your Tax ID, Duns Number, Bradstreet number and banking information.



PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Please note on your proposal if you will accept a government purchase (VISA) card.



This is a Buy Best Value acquisition. The Government will award a Purchase Order resulting from this Request for Quotes to the responsible offeror whose quote is conforming to the solicitation and represents the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
EVALUATION FACTORS FOR AWARD
1. Past Performance -
Quotes will be evaluated based on the offeror's past performance as provided by the offeror's references.
2. Offeror's Technical Solution-
The Government will evaluate the performance of the offeror's product for capability and performance.
3. Quality and Reliability-
Quotes will be evaluated on the offeror's product for its level of Quality and Reliability.
4. Price-
The quoted price is fair and reasonable.
NOTE:
All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. Factors and sub-factors are prioritized in the following order of importance (i.e. most important first, least important last) for award evaluation 2, 3, 1, 4.
The Government will evaluate quotes for award purposes, considering the evaluation factors above, and will award to that offeror whose proposal represents the best value to the Government.


 


All sources wishing to provide a quotation must respond by 4:00 PM, March 9, 2015. Quotations should be addressed to USDA Agricultural Research Service, State Spur 18D Bldg 1, Clay Center, NE 68933. POC - Donita Furman, Purchasing Agent, 402-762-4145. Faxed or emailed responses are acceptable. All responses will be evaluated to determine the company's capability to meet the above requirements. 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.



Applicable Provisions: 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 System for Award Management: 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 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications/support, 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; 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 52.225-13 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.


 


Donita J. Furman, Phone 402-762-4145, Fax 402-762-4148, Email donita.furman@ars.usda.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP