Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 10, 2015 FBO #4977
SOLICITATION NOTICE

66 -- NMR SPECTROMETER

Notice Date
7/8/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Agricultural Research Service - Western Business Service Center
 
ZIP Code
00000
 
Solicitation Number
AG-4431-S-15-0036
 
Archive Date
8/8/2015
 
Point of Contact
Huron W. Virden, Phone: 6626865388
 
E-Mail Address
huron.virden@ars.usda.gov
(huron.virden@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; quotes are being requested and a written solicitation will not be issued. The solicitation number is AG-4431-S-15-0036 and is issued as a request for quotation (RFQ). The NAICS code is 334516 Analytical Laboratory Instrument Manufacturing. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-82. The USDA, ARS has a requirement for an NMR Spectrometer with the following specifications: Specifications: Performance 1. Larmor Frequency 82 ± 2 MHz Proton 2. Chemical Shift Resolution 20 ppb FWHM or Better Magnet 1. Rare Earth Permanent 2. 2 Tesla 3. Temperature Stabilized Capillary Cartridge 1. Capillary Sample Loop 400 μm Capillary ID, 40 μL Sample Volume 2. 1/16" Interface Fittings 3. User Replaceable Sample 1. Sample Type: Liquid 2. Sample Introduction: Inject Sample via Syringe Environmental 1. No Cryogens or Compressed Gases 2. Standard Laboratory Environment Interface 1. Ethernet: Direct Connection or LAN 2. Embedded Web Server Software/Collect 1. Web Browser User Interface 2. Data Export: JCAMP-DX Readily opened by many NMR programs 3. Data Analysis Software: Mestrelab Mnova TM NMR Software Dell Optiplex Workstation Win 7 64 Bit or equivalent Dell OptiPlex Mini Tower Chassis Intel Core i5-3550 Processor ( 3.3GHz) 8GB RAM 1600MHZ DDR3 1TB Hard Drive with 32MB DataBurst Cache, 16X DVD+/-RW, Data Only Integrated Audio and Internal Speaker Audio Ports: Line-In, Line-Out Comm Ports: Six External USB 2 Ports, Four External USB 3 Ports, 1 Serial Port, 1 VGA Port, 2 Display Ports 4 Expansion Slots:1 Full Height PCI,1 Full Height PCIe x1, 2 Full Height PCIe x16 Chassis intrusion switch RoHS Compliant Lead Free Chassis and Motherboard Dell 3 Year Economy Support Plan 22" Flat Panel Widescreen Monitor or equivalent Dell UltraSharp 22" Widescreen Flat Panel Display (or equivalent) Signal Input, DVI and VGA Dell 3 Year Economy Support Plan DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per item, total price and valid for at least 60 days after receipt of quote. and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; The Representation and Certification section should be completed electronically in the System for Award Management (SAM) at www.sam.gov. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies, with the following clauses 52.222-3, Convict Labor; 52.233-3, Protest after award, and 52.219-8, Utilization of Small Business Concerns; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS. DELIVERY: FOB Destination. Deliver to USDA, ARS, Stoneville; Mississippi. QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees. DELIVERY DUE DATE: The Government has no specific delivery requirement, however, each offeror shall include their proposed delivery schedule as part of their quotation. 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. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. 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 / specifications; (ii) and price (based on F.O.B. Destination). Award will be made based on overall BEST VALUE to the Government. 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 4:00 p.m. central standard time, July 24, 2015. Quotations are to be addressed to Huron Virden, Contract Specialist, USDA, ARS, Western Business Service Center, 141 Experiment Station Road, P. O. Box 225, Stoneville, MS 38776-0225. Or by email to huron.virden@ars.usda.gov. No faxed responses are acceptable. NOTE: If you are utilizing the U.S Postal Service to send your quote, you must use the P.O. Box address!
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d7c6675fb40d2488c2de08e88336f007)
 
Place of Performance
Address: USDA-ARS, 59 LEE RD, STONEVILLE, Mississippi, 38776-0225, United States
Zip Code: 38776-0225
 
Record
SN03789932-W 20150710/150708235723-d7c6675fb40d2488c2de08e88336f007 (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.