Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2009 FBO #2815
SOLICITATION NOTICE

66 -- Ambient Ion Monitor

Notice Date
8/7/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Mid South Area Office, 141 Experiment Station Road, Stoneville, Mississippi, 38776
 
ZIP Code
38776
 
Solicitation Number
AG-4431-S-09-0021
 
Archive Date
9/8/2009
 
Point of Contact
Terry A Krutz, Phone: 662-686-5361
 
E-Mail Address
terry.krutz@ars.usda.gov
(terry.krutz@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-4431-S-09-0021 and is issued as a request for quotation and incorporates provisions and clauses that are in effect through FAC 2005-32. The NACIS code applicable to this acquisition is 334516. The small business size standard is 500 employees. The USDA, ARS has a requirement for an Ambient Ion Monitor (AIM) with ICS-2100 Ion Chromatographs equivalent to an University Research Glassware Co., Inc. URG-9000D-2100 AIM. The instrument must: (1) Provide highly time-resolved (at least per hr) direct measurement of PM2.5 ions (nitrate, sulfate, nitrite, phosphate, chloride, ammonium, sodium, calcium, potassium, magnesium) and precursor gases (hydrogen chloride, nitric acid, nitrous acid, sulfur dioxide and ammonia); (2) Collect particulate samples using aerosol super-saturation and inertial particle separation; (3) Collect gas samples through the use of parallel plate denuder; (4) Have an inlet that provides a 2.5 um cut-point; (5) Have detection limits of ug/m3 for all ions and gases; (6) Be able to separate and analyze each ion (gas) individually by ion chromatographic methods; (7) Have the capability to adjust the ion chromatography separation parameters (column, eluent) for other analytes; (8) Have the ability to use the ion chromatography systems for off-line samples in addition to direct measurements; (9) Have operating, data storage, and analysis software that is compatible with current USDA owned Ion Chromatography software (Dionex Chromeleon) and be reliable and relatively easy to use for a qualified operator. On site training and installation Delivery will be FOB Destination to USDA, ARS, 230 Bennett Lane, Bowling Green, KY 42104. Delivery time is by December 1, 2009. Quoted price shall include delivery costs. 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. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.212-1 Instructions to Offerors-Commercial item; 52.212-3 Offeror Representations and Certifications-Commercial Items - annual representations and certifications are required. Offerors shall include a statement as follows on their offer: "the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at http://orca.bpn.gov have been entered or updated in the last 12 months, are current, accurate, compete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated into this offer by reference, except for paragraph _______:" 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. In paragraph B of 52.212-5, the following apply: 52.203-6 Alternate 1, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, 52,225-33, Payment by Electron Funds Transfer-Central Contractor Registration. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material and capabilities of the offerors equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by no later than COB 4:30 p.m. central standard time, August 24, 2009. Quotations are to be addressed to Terry Krutz, Contracting Officer, USDA, ARS, MSA, P. O. Box 225, 141 Experiment Station Road, Stoneville, MS 38776-0225. No faxed for emailed responses are acceptable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MSAO/AG-4431-S-09-0021/listing.html)
 
Place of Performance
Address: USDA, ARS, MSA, AWMRU, 230 Bennett Lane, Bowling Green, Kentucky, 42104, United States
Zip Code: 42104
 
Record
SN01904195-W 20090809/090808001506-32b8e111906b2a138fc294f87882e266 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.