This is a combined synopsis/solicitation for commercial items prepared to satisfy a requirement of the US Geological Survey, National Wildlife Health Center, Madison, WI. This announcement is prepared in accordance with the Simplified Acquisition procedures in FAR 13 and 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. 09ERQQ0706 is issued as a Request for Quotation (RFQ) and is due by 1300 hours CST, 17 September 2009. This solicitation is set aside for small business participation under NAICS code 325413 with a small business size standard of 500 employees. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36.
CLIN 0001 Quantity 475 each. AVIAN INFLUENZA MATRIX CSR. Duplex with internal control. Unit of issue represents 1 dispenser of 80 reactions - 20 beads.
Avian influenza matrix reagents for the detection of avian influenza by RT-PCR. Dried-down bead material required for the early detection of the possible introduction of viral RNA from wild bird samples for the presence of H5N1 avian influenza virus as part of the National Early Detection of Highly Pathogenic H5N1 Avian Influenza Surveillance Plan. Material must be preassembled and available in a freeze-dried format. Must be approved for use in the USDA National Animal Health Labatory Network (NAHLN) procedures.
Quantity is not to exceed 475 each during the ordering period 09/21/09 through 09/20/10.
If price is not FOB Destination to Madison, WI 53711, please quote shipping charges separately.
The full text of provisions and clauses incorporated herein may be accessed electronically at the following site: http://farsite.hill.af.mil. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial (no addenda); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 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 with the following applicable clauses in paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government, Alt I; 52.219-6, Notice of Total Small Business Set Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-03, Buy American Act-Free Trade Agreements-Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number, offeror's complete mailing and remittance addresses, price, discount terms, DUNS number, and Tax Identification Number. PROSPECTIVE CONTRACTORS SHALL ALSO complete electronic annual representations and certifications at http://orca.bpn.gov. In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer (NLT due date/time of solicitation), the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. QUOTES MAY BE SUBMITTED by Email at
[email protected] or fax 608-270-2415. If you have questions, contact Kris Murray, Contract Specialist,
[email protected]. Quotes must be received no later than 17 September 2009, 1300 hrs CST.
Bid Protests Not Available