Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2014 FBO #4673
SOLICITATION NOTICE

66 -- VARIO EL CUBE CNS ANALYZER

Notice Date
9/8/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
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
NSSC-711186
 
Archive Date
10/3/2014
 
Point of Contact
George Darin Wilson, Phone: 817-509-3503, Willie Mae Johnson, Phone: 817-509-3505
 
E-Mail Address
george.wilson@ftw.usda.gov, williemae.johnson@ftw.usda.gov
(george.wilson@ftw.usda.gov, williemae.johnson@ftw.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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. (ii) This solicitation number NSSC-711186 is issued as a Request for Quote (RFQ), and the acquisition procedures at FAR Part 13 are being utilized. We will require a firm fixed price quote FOB Destination and they will be evaluated according to the best value to the government based on technical requirements and price. Responses can be emailed to george.wilson@ftw.usda.gov, or by fax to attention George Wilson at 817-509-3588 or by hard copy mail to arrive no later than the closing date and time. It is the responder's responsibility to insure receipt of quote. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76 effective July 25, 2014. (iv) All responsible sources are encouraged to submit a quote and capabilities statement. The applicable NAICS code is 423490, which has a size standard of 100 employees. For more information on size standards visit http://www.sba.gov/size. (v) Contract Line Item Numbers (CLINs). (1) Vario EL Cube for CNS analysis of organic samples (2) Initial outfit of Vario EL Cube (3) Starter kit for Vario EL Cube (4) Trace Sulfur upgrade (5) UPS Wiring option (6) Set of small wear parts for Vario EL Cube (7) Vario EL Cube Consumable Kit for up to 4000 CHNS (8) Mettler XP6 0.001 mg readability (9) 1 year extended warranty. All products are a quantity of 1 and quotes should be F.O.B Destination (vi) Description of Requirement. 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 Kellogg Soil Survey Laboratory (KSSL) is seeking to purchase an Elementar Vario EL Cube, carbon, nitrogen and sulfur combustion analyzer (CNS analyzer). The SSL currently utilizes both an Elementar Vario EL III Cube (purchased in 2001) and Elementar Vario EL Cube (purchased in 2012) for combustion analysis of carbon, nitrogen and sulfur (CNS). The determination of carbon, nitrogen and sulfur is essential in the interpretation and characterization of soils, making the Vario EL Cube and Vario EL III the most heavily utilized instruments in the KSSL. The addition of a new CNS analyzer will enable the KSSL to continue to perform at a level necessary to meet the demands for CNS analysis based on the current and projected KSSL workload and is representative of systematic upgrade to the KSSL, keeping current with improved technologies; replacing the aging Vario EL instrument and to continue providing CNS analyses in a timely fashion. The KSSL is seeking purchase of an Elementar, Vario EL Cube as it will be compatible with Elementar CNS analyzers currently in use at the KSSL. Also, keeping with the technology offered by Elementar ensures data produced will be consistent with established KSSL methods, protocol and quality assurance standards. By staying with the Elementar brand, the government will cut down on work stoppages due to interchangeability of parts, methods and personnel between the Elementar CNS analyzers. The addition of a new CNS system will help the government to keep up with the demand for soil analyses. The purchase of the aforementioned instrument components manufactured by Elementar is essential to meet the specific needs of the KSSL. Not all combustion analyzers meet the specific needs of the KSSL. The system must allow for simultaneous CNS analysis of samples with masses ranging from 1mg up to 1g and the ability to make sulfur determinations to as low as 2 parts per million. The detector needs to be able to handle a large dynamic range for analysis of interest; 0-40mg C, 0-15mg N, 0-6mg S. The system must include an integrated, computer controlled auto sampler. The furnace must be able to operate continuously at 1200°C for complete combustion of the sample material. The furnace must be of a pull-out design to allow access to combustion and reduction tubes and the furnace must be covered by factory warranty for at least 10 years. The CNS system must analyze 100% of the sample with no gas splitting and feature dynamic gas separation by purge and trap columns with self-optimizing analysis times depending on sample composition. The instrument carrier gas flows need to be regulated by electronic computer controlled mass flow controller. The instrument software includes automated leak check, sleep/wakeup, gas stop, service and maintenance features. The CNS system and associated software must be Windows 7 compatible. (vii) Date(s) and Place(s) of Delivery and Acceptance. The delivery location for these items is USDA-Natural Resources Conservation Service, National Soil Survey Center, Federal Building, Rm 152, MS41 100 Centennial Mall North, Lincoln, NE 68508. NOTE: QUOTE MUST BE F.O.B. DESTINATION (viii) Technical standards from 36 CFR part 1194 Subpart B have been determined not to apply this acquisition. Functional performance criteria from 36 CFR part 1194 Subpart C have been determined to not apply this acquisition. Information, documentation, and support requirements from 36 CFR part 1194 Subpart D have been determined not to apply this acquisition. (ix) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (x) FAR provision 52.212-2, Evaluation-Commercial Items does not apply to this solicitation. This solicitation will be awarded based on best value to the government evaluated under FAR 13.106-2 using the factors of technical capability, price and past performance. (xi) Offerors are required to complete the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. This must be completed at SAM.gov and the registration in an "Active" status. (xii) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and addenda not attached. (xiii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to this acquisition. FAR 52.204-7 System for Award Management (JUL 2013) - in all orders unless an exception applies as listed in FAR 4.1102(a). FAR 52.204-8 Annual Representations And Certifications (JUL 2013) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) - When performance requires contractor personnel to have access to Department of Agriculture facilities or information systems. FAR 52.204-13 System for Award Management Maintenance (JUL 2013) FAR 52.213-3 Notice to Suppliers (APR 84) - Applies to unpriced (Not-To-Exceed (NTE)) purchase orders. FAR 52-213-4 Terms and Conditions-Simplified Acquisitions (Other than Commercial Items) (NOV 2013) - Applies to simplified acquisitions that exceed the micro-purchase threshold that are for other than commercial items. FAR 52.216-24* Limitation of Government Liability (Apr 1984) FAR 52.216-25* Contract Definitization (Oct 2010) FAR 52.219-6 Notice of Total Small Business Set-Aside. Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (NOV 2010) - Include in all solicitations and contracts/orders for the acquisition of supplies that are expected to exceed the micro-purchase threshold. FAR 52.222-50* Combating Trafficking in Persons. FAR 52.223-6 Drug-Free Workplace (MAY 01)- Applies to all solicitations and contracts, including modifications to contracts issued under FAR 6.3, except- actions under the simplified acquisition threshold (unless awarded to an individual); for the acquisition of commercial items; when performed outside the United States and its outlying areas; if determined by a Law Enforcement Agency Head that application would be inappropriate in connection with the law enforcement agency's undercover operations. FAR 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (May 2008) FAR 52.223-18* Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13* Restriction on Certain Foreign Purchases (Jun 2008) FAR 52.225-25* Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Dec 2012) FAR 52.232-23 Assignment of Claims (JAN 86) - Applies when the order is expected to exceed the micro-purchase threshold, unless the order specifically prohibits assignment of claims. FAR 52.232-25 Prompt Payment (JUL 2013) FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013). FAR 52.232-34 Payment by Electronic Funds Transfer - Other than System for Award Management (JUL 2013). FAR 52.232-39* Unenforceability of Unauthorized Obligations (JUN 2013) FAR 52.233-3* Protest after Award (Aug. 1996) FAR 52.233-4* Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.242-15 Stop Work Order (AUG 89) FAR 52.244-6* Subcontracts for Commercial Items (JUL 2013) FAR 52.246-1 Contractor Inspection (APR 84) FAR 52.247-29 F.O.B. Origin (FEB 06) - Applies when the delivery term is F.O.B. origin. FAR 52.247-34* F.O.B. Destination (NOV 91) Applies when the delivery term is F.O.B. destination. FAR 52.247-35 F.O.B. Destination within Consignee's Premises (APR 84) FAR 52.249-1 Termination for the Convenience of the Government (Fixed-Price) (Short Form) (APR 84). FAR 52.252-2 Clauses Incorporated by Reference (FEB 98) - This order incorporates the following clauses by reference with the same force and effect as if they were given in full text. The contractor shall complete any required information items below in applicable provisions/clauses. Clauses clearly not applicable by virtue of the nature of the requirement (e.g., the option clause(s) in a requirement without option quantities or periods), are considered self-deleting.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/NBMC/NSSC-711186/listing.html)
 
Place of Performance
Address: National Soil Survey Center, Federal Building, RM 152, MS41 100, Centennial Mall North, Lincoln, Nebraska, 68508, United States
Zip Code: 68508
 
Record
SN03501294-W 20140910/140909023045-f6d01e16bd2f6e2700add83e5de253e5 (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.