Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2017 FBO #5776
SOLICITATION NOTICE

66 -- ICP System - Specifications

Notice Date
9/14/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Agricultural Research Service - Eastern Business Service Center
 
ZIP Code
00000
 
Solicitation Number
AG-32SC-17-881711
 
Archive Date
10/4/2017
 
Point of Contact
Lynn S. Hults, Phone: 9792609376
 
E-Mail Address
lynn.hults@ars.usda.gov
(lynn.hults@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Specifications 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; quotes are being requested and a written solicitation will not be issued. Solicitation number AG-32SC-17-881711 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 334516 (Analytical Laboratory Instrument Manufacturing), with a small business size standard of 500 employees. This acquisition is for brand name or equal of the following item as identified in the Contract Line Item Number (CLIN): 0001) ICP System Specifications: With the following minimum specifications: • Dichroic spectral combiner that can run radial and axial measurement synchronously - faster analysis equals less argon gas (cost) per sample • Zero gas consumption detector chip that reduces warm-up time (<20 minutes) and argon gas consumption • Implements a cooled cone to minimize interferences and increase sensitivity/accuracy • Solid-state RF generator for long term analytical sensitivity • Vertical torch alignment allows for reduced interference from high solute samples (results in less cleaning, less downtime, and less replacement of torches) • One piece quartz tube with a polymer base that allows plug and play for automatic torch alignment for fast start-up and reproducible analysis • CCD detector with anti-blooming protection on each individual pixel - enable trace detection of analytes near intense signals • Software that allows for fitted background correction, extending linear dynamic range, and automatic validation of results • Stable to less than 1% RSD over 8 hours to minimize drift • Stray light elimination to less than 2.0 ppm effective As signal at 188.980 nm from 10,000 ppm Ca • All connection for power, gas, water, and communications are accessed from the side of the instrument rather than the rear • Intelliquant mode for an additional full wavelength scan during analysis for rapid identification and semi-quantitation of all analytes which can be viewed retrospectively Delivery to the following address: USDA, ARS, Animal Waste Management 2413 Nashville Rd., Suite B-5 Bowling Green, KY 42101 Additionally, delivery costs to the above location must be annotated in proposal. The Government anticipates award of a Firm Fixed Price contract. Delivery will be within 60 days of award, quoted price should include delivery costs and units. Each offer must show a breakdown giving price of the new equipment, provide descriptive literature or information showing that the offered equipment meets all specifications. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping). Electronic submissions are preferred. Please email all quotes to lynn.hults@ars.usda.gov. NO LATE QUOTES WILL BE ACCEPTED. The basis for award is Lowest Price Technically Acceptable. "LPTA" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price (to include shipping), and must also have satisfactory Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.211-6 Brand Name or Equal; AGAR 452.211-71 Equal Products Offered; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1 Buy American--Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically. Quotes must be received no later than September 19, 2017, 4:00pm Central Standard Time. Questions in regards to this combined synopsis/solicitation are due no later than 3:00 PM CST on Monday, September 18, 2017. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/96cde563e184efcdc88d072f0e302c7b)
 
Place of Performance
Address: USDA, ARS, Animal Waste Management, 2413 Nashville Rd., Suite B-5, Bowling Green, Kentucky, 42101, United States
Zip Code: 42101
 
Record
SN04677122-W 20170916/170914231700-96cde563e184efcdc88d072f0e302c7b (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.