SOLICITATION NOTICE
66 -- NIR Grain Analyzer
- Notice Date
- 5/23/2018
- 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
- 12561518SAA02
- Archive Date
- 10/1/2018
- Point of Contact
- Laura Jones, Phone: 608-890-0047
- E-Mail Address
-
laura.jones@ars.usda.gov
(laura.jones@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. 12561518SAA02 is being issued as a Request for Proposals (RFP) and must be valid for 90 days. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. 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, Cereal Crops Research Unit has a requirement / need for an Infratec Nova or Infratec 1241 Grain Analyzer or Equivalent. The Technical Specification include a scanning monochromator NIR in Transmittance mode in the wavelength range of 400-1100 nm. The analysis time should be less than 60 seconds and use regression programs based on ANN (Artificial Neural Network) and PLS (Partial Least Squares). The equipment will be used to analyze barley grain and barley malt for proteins and moistures. THE SALIENT CHARACTERISTICS: Awarded vendor must be able meet these minimum requirements: 1) Scanning monochromator (400-1100nm) and have a tungsten halogen light source, 2) Silicon detector and be able to read in Transmittance mode with at least 1200points/scan, 3) Ethernet capability and USB ports on the instrument for easy access to information, 4) Menu driven software with touch screen interface and a large display, 5) Report capability presented on the display and easily sent to a printer port or PC, 6) Analyze sample in less than 60 seconds with warning options in the results, 7) Must use ANN (Artificial Neural Network) and PLS (Partial Least Squares) for the regression programs, 8) Install Instruments, 9) At least a 12 month warranty, 10) Instrument Training, 11) Minimum maintenance and consumable costs. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the Descriptive Literature describing their proposed product in enough detail to ascertain whether the product meets the criteria listed above. 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 (if applicable) for the proposed product. References must have received the proposed product 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://acquisition.gov/comp/far/loadmainre.html 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://acquisition.gov/comp/far/loadmainre.html, FAR 52.252-1 Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR52.212-2, 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, System Award Management database (ALL OFFERORS MUST BE REGISTERED AND ACTIVE IN THE SYSTEM AWARD MANAGEMENT (SAM) DATABASE IN ORDER TO RECEIVE AN AWARD). The website address for registration is: https://www.sam.gov and FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards, in accordance with FAR 4.1403, 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-SYSTEM AWARD MANAGEMENT (31 U.S.C. 3332); 52.232-35, 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. DELIVERY TO: USDA-ARS Cereal Crops Research Unit, Madison, WI. PROPOSAL PRICE MUST INCLUDE: any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DUE DATE: Within 60 days, however, each offeror shall include their proposed delivery schedule as part of their quote and it will be considered. 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) price (based on F.O.B. Destination), technical is 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. 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 Factors, 2) Salient characteristics and minimum requirements, 3) Descriptive Literature, 4) Past Performance, 5) Warranty, 6) Price, 7) Delivery, 8) Installation, 9) Training. 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 conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contactor 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: https://www.fbo.gov Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Proposals via mail or email to Laura Jones, Contracting Officer, USDA, ARS, Dairy Forage Research Center, Administration Office, 1925 Linden Drive, Madison, WI 53706-1108, write on package "QUOTE ENCLOSED" or Email laura.jones@ars.usda.gov no later than 4:30 p.m. June 8, 2018. Additional information may be obtained by contacting the Contracting Officer at (608) 890-0047 or email laura.jones@ars.usda.gov Subject: FBO CCRU Grain Analyzer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6dfa6d336fb52031c3cbe420fb93f7d1)
- Place of Performance
- Address: USDA-ARS Dairy Forage Research Center, 1925 Linden Drive, Madison, Wisconsin, 53706, United States
- Zip Code: 53706
- Zip Code: 53706
- Record
- SN04932587-W 20180525/180523231010-6dfa6d336fb52031c3cbe420fb93f7d1 (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 |