The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58, May 18, 2012.
The associated North American Industry Classification System (NAICS) Code is- 541711 - Research and Development in Biotechnology; Size standards in number of employees 500. This combined synopsis/solicitation is set-aside for Small Business.
Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 9:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on June 5, 2012 to [email protected], Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, OO/OFBA/OAGS, Attention of Howard Nesmith, 3900 NCTR Road, Jefferson, AR 72079-9502.
PLEASE NOTE - The above contact information is for the Contracting Office and not necessarily the delivery address. The delivery address is indicated in the FOB Destination section below.
When appropriate, Respondents should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time.
For information regarding this solicitation, please contact Howard Nesmith by e-Mail at [email protected].
The Food and Drug Administration is soliciting quotes for E. coli Microarrays.
The design and manufacturing of custom E. coli DNA Microarrays shall comply with the following requirements:
1. The arrays shall be able to be read/utilized by the Affymetrix GeneChip Scanner 3000 System and Fluidics 450s system which are currently being utilized by the Center for Food Safety and Applied Nutrition (CFSAN).
2. The arrays shall be high-density probe arrays capable of performing quantitative and simultaneous monitoring of thousands of genes.
3. The arrays shall be able to accommodate at least 85,000 unique genes and 1,000 control sequences (85,000 total probe sets). Furthermore, each of the gene sequence represented on this array shall have 11 perfectly matched 25-mer probes as well as 11 mismatch 25- mer probes in order to estimate nonspecific hybridization. This results in an array capable of accomodating >2,500,000 individual features. Additionally, the size of each of these features must be 5 microns.
4. The arrays shall contain the following hybridization controls: bioB, bioC, bioD and cre.
5. The arrays shall contain a normalization control set of 100 probe sets.
Item #1
E. coli DNA Microarrays
Quantity: 169
Unit Price: _____________________
Extended Price: _________________
GSA Contract Number (if applicable): ________________________
FOB Destination - U.S. Food and Drug Administration, Center for Food Safety and Applied Nutrition, 5100 Paint Branch Parkway, College Park, MD 20740.
Contract Type - Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized.
An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration.
The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation.
The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows:
The Government will award the purchase order to the responsible offeror who offer conforming to the solicitation will be the most advantageous to the Government on price and other factors considered. The following factors shall be used to evaluate offers:
(i) Technical capability of the items offered to meet the Government's requirement.
(ii) Price.
The government will award the purchase order to the lowest price technically acceptable quote.
Technical capability will be determined by review of information submitted by the quoter, which must provide a description in sufficient detail to show that the product/service quoted meets the Government's requirements.
The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror.
The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov.
The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.
The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2012), applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.232-33.
Clauses and provisions incorporated by reference can be obtained at https://www.acquisition.gov/far.