SOLICITATION NOTICE
66 -- Automated Titration System for KSSL - GPAT
- Notice Date
- 9/24/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, National Centers Servicing Unit, Fort Worth Federal Center, Building 23, 501 Felix Street, Fort Worth, Texas, 76115, United States
- ZIP Code
- 76115
- Solicitation Number
- AG-7482-S-13-0011
- Archive Date
- 10/12/2013
- Point of Contact
- Amber M. Carson, Phone: 817-509-3422, Willie Mae Johnson, Phone: 817-509-3505
- E-Mail Address
-
amber.carson@ftw.usda.gov, williemae.johnson@ftw.usda.gov
(amber.carson@ftw.usda.gov, williemae.johnson@ftw.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- NOTE FOR DELIVERABLE ACCEPTANCE / QUALITY ASSURRANCE: generally accepted inspection and test methods corresponding to the identified Section 508 standards is reflected in the attached EIT Acceptance Guide. This guide may be used to assist in the inspection and testing of supplies and services provided as contract deliverables corresponding to this solicitation. Required Documentation: Government Product/Service Accessibility Template (GPAT) to be completed by vendor. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 for this requirement is AG-7482-S-13-0011 using FAR Subpart 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69, 03 September 2013. This solicitation document is a 100% Small Business Set-Aside under North American Industry Classification System Code (NAICS) 334516 ANALYTICAL LABORATORY INSTRUMENT MANUFACTURING. Size standard is 500 employees. 1. Program Need Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for the following program need: The National Soil Survey Center (NSSC) conducts various laboratory and field analyses and studies associated with the soils disciplines in support of the Natural Resource Conservation Service mission. To this end, scientific and electronic equipment, parts and supplies are required to properly conduct these studies and experiments. The USDA-NRCS-NSSC Kellogg Soil Survey Laboratory (KSSL), Lincoln, NE, intends to award a firm-fixed-price contract for one automated titration system that meets the following minimum specifications: The system must be able to measure pH as well as perform titrations, the system must be customizable with the capacity for multiple analytical methods to be loaded, must include a built in rinse station, removable racks, accomodates at least 48, 250 milliliter titration beakers, fully automated, with operation, sample measurement, data collection and data transfer to LIMS via PC. The system software must be Windows 7 compatible. The following characteristics of the expected technical environment may affect the level of accessibility that is possible to realize for any new EIT acquired with this solicitation: "Transmits to PC, and Keypad Entry" 2. Product Requirements Technical standards from 36 CFR part 1194 Subpart B have been determined to apply this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those technical provisions identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Functional performance criteria from 36 CFR part 1194 Subpart C have been determined to apply this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those functional performance criteria identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Information, documentation, and support requirements from 36 CFR part 1194 Subpart D have been determined to apply this acquisition. Solicitation respondents must describe how the information, documentation, and support proposed for Electronic and Information Technology (EIT) deliverables meet at least those information, documentation, and support requirements identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). 3. Evaluation Factors The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability, Price, and Past Performance; listed in descending order of importance. Responses to this solicitation will only be considered for award after it has been determined that the proposal adequately addresses the requirements for Section 508. Only proposals which contain adequate information to document their responsiveness to the Section 508 requirements (i.e. a completed GPAT or VPAT or equivalent) will be eligible for any additional merit consideration. If the deliverable proposed in response to this solicitation includes features and functions in addition to those identified as requirements, these features and functions also need to conform to relevant Section 508 technical provisions, functional performance criteria, and information, documentation and support. The accessibility of these additional features and functions should be described in the completed GPAT, VPAT or equivalent supporting information. 4. Acceptance Criteria Quotations need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial; and include a completed FAR 52.212-3, Representations and Certifications. This can be accomplished by registering in SAM at https://sam.gov and completing the On-line Representations and Certifications. Please submit quote F.O.B. Destination, Lincoln, NE. Supplies or services delivered as a result of this solicitation will be accepted based in part on satisfaction of identified Section 508 requirements for accessibility. If the deliverable includes features and functions in addition to those identified as requirements, these features and functions also need to conform to relevant Section 508 technical provisions, functional performance criteria, and information, documentation and support. NOTE FOR DELIVERABLE ACCEPTANCE / QUALITY ASSURRANCE: generally accepted inspection and test methods corresponding to the identified Section 508 standards is reflected in the attached EIT Acceptance Guide. This guide may be used to assist in the inspection and testing of supplies and services provided as contract deliverables corresponding to this solicitation. All quotations and responses must be received no later than 10:00AM, Eastern Time on Friday, September, 27. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein. Please email to amber.carson@ftw.usda.gov via a PDF compatible attachment or mail to: National Centers Servicing Unit Attn: Contracting Staff, Amber Carson 501 West Felix Street Fort Worth, Texas 76115
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/NBMC/AG-7482-S-13-0011/listing.html)
- Place of Performance
- Address: UDSA-NRCS-NSSC-KSSL, Federal Bldg, Rm 152, 100 Centennial Mall North, Lincoln, Nebraska, 68508-3866, United States
- Zip Code: 68508-3866
- Zip Code: 68508-3866
- Record
- SN03201412-W 20130926/130924235905-214ec18766519910051219ccb311e87a (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 |