Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2009 FBO #2837
SOLICITATION NOTICE

66 -- Particle Size Analyzer

Notice Date
8/29/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area, Urbana, IL, 1101 West Peabody Drive, Room 180, Urbana, Illinois, 61801, United States
 
ZIP Code
61801
 
Solicitation Number
AG-518P-S-09-A172
 
Archive Date
9/23/2009
 
Point of Contact
Randa Plotner, Phone: 217-244-3262
 
E-Mail Address
randa.plotner@ars.usda.gov
(randa.plotner@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. Solicitation No. AG-518P-S-09-A172 is being issued as a Request for Proposals (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The NAICS code applicable to this acquisition is 334516. For a company to qualify as a small business, the small business standard is 500 employees or less. The USDA, ARS, MWA, NSTL, Ames, IA has a requirement/need for a Particle Size Analyzer meeting or exceeding the following Statement of Work and Salient Characteristics. The analyzer will be used in the analysis of both liquid and dry samples. The system should be configured and optimized to be used in the analysis of both liquid and dry samples. THE SALIENT CHARACTERISTICS ARE AS FOLLOWS: 1) Capable of measuring soil particle sizes from sub-micron to 2200 um (microns) in liquid suspensions. 2) Capable of measuring air particulate sizes from sub-micro to 2200 um (microns) in dry samples. 3) Fully integrated wet and dry dispersion modules for analysis of samples in both wet or dry dispersion mode. The operator should not need to exchange any hardware, do any re-alignment, or change any tubing when switching between wet or dry modes. 4) Multiple laser system to enable highest resolution across measurement range. No lamps or LEDs. 5) All optical components rigidly aligned and mounted. No need for operator to re-align the analyzer. No movable mechanical parts or exposed components. 6) System should allow for later addition of a CCD camera providing both particle size and particle shape analysis sequentially on the same sample. 7) Software to drive analyzer with menus and buttons providing immediate access to all of the functions via a mouse or keyboard. Software supplied with standard operating configurations but also adjustable to meet operator needs. 8) The model for calculation of the distribution curve must be made by calculations according to both Mie and Franhofer Theories. 9) Accuracy: 3% on Volume Median Diameter. 10) Resolution: 100 classes of size or greater 11) Repeatability: 1% on Volume Median Diameter 12) 1 year parts and labor warranty, 5 year laser warranty. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the Descriptive Literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. REJECTION OF PROPOSAL: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Proposal); FAR 52.214-21, Descriptive Literature (Provide with Proposal); FAR 52.204-7, Central Contractor Registration (ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IN ORDER TO RECEIVE AN AWARD.) The website address for registration is: http://www.ccr.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference are as follows: 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 apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html. SHIPPING: FOB Destination. DOCUMENTS TO BE INCLUDED IN PROPOSAL: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price and total price; 2) descriptive literature, brochures, information on service and support; 3) at least 3 to 5 references for the proposed equipment. References must have received the proposed equipment within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the product proposed and if possible include the email address of the person to be contacted; and 4) Offerors shall include a completed copy of the provisions FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.acquisition.gov/comp/far/loadmainre.html. DELIVERY TO: USDA-ARS, NSTL, Ames, IA. PROPOSAL PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before 30 days after award, however, each offeror shall include their proposed delivery schedule as part of their quote. FAR 52.212.-2, EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. Each Proposal shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated against the salient characteristics and minimum requirements. B)Delivery/Installation. C) Training. D) Warranty. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Proposals to Randa Plotner, Purchasing Agent, USDA, ARS, MWA, Contracting Office, 11 01 W. Peabody Drive, Urbana, IL 61801, no later than 09/08/2009. Proposals and other requested documents may be provided by facsimile to (217) 244-7703 if desired. Additional information may be obtained by contacting the Contracting Officer at (217) 244-3262 or email below. Contracting Office Address: 1101 W. Peabody Drive 180 NSRC Urbana, IL 61801 Place of Performance: USDA, ARS, MWA, NSTL Ames, IA 50011 United States Primary Point of Contact.: Randa Plotner Purchasing Agent randa.plotner@ars.usda.gov Phone: (217) 244-3262 Fax: (217) 244-7703
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MWAUrbana/AG-518P-S-09-A172/listing.html)
 
Place of Performance
Address: USDA/ARS/MWA/NSTL, 2110 University Blvd., Amea, Iowa, 50011, United States
Zip Code: 50011
 
Record
SN01933233-W 20090831/090829234335-4f7b773b9bf4d8d25656bc8828e61cf0 (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.