Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2018 FBO #6144
SPECIAL NOTICE

66 -- Discrete Photometric Analyzer System(s)

Notice Date
9/17/2018
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Agricultural Research Service - Northeast Area
 
ZIP Code
00000
 
Solicitation Number
12241518Q0010
 
Archive Date
10/12/2018
 
Point of Contact
KAREN GARDNER, Phone: 814-863-0928
 
E-Mail Address
karen.gardner@ars.usda.gov
(karen.gardner@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
The USDA, Agricultural Research Service, in University Park, PA, intends to negotiate solely with Thermo Electron North America LLC, 5225 Verona Road, Madison, WI 53711, under the authority of FAR 6.302-1, to provide a Discrete Photometric Analyzer System and accessories and one Optional Discrete Photometric Analyzer System and accessories Pending Availability of Funding. The systems will be used for analyzing extracts of soils for ammonia, nitrate+nitrite, urea, total nitrogen, chloride, alkalinity, orthophosphate, total phosphate, conductivity, and pH. Thermo Electron North America LLC, a part of Thermo Fisher Scientific, is the sole manufacturer and distributor of this equipment. Written substantive statements addressing each specific technical specification identified under Item three (3) below, capabilities and quote sufficient to determine capability to meet the entire requirement must be submitted to the identified point of contact not later than the response date specified in this notice. Entities must be registered at the www.sam.gov to include completion of Online Representations and Certifications. No telephone enquires will be accepted. This is a notice of intent, not a request for quotation, and no contract will be awarded based on substantive statements/quotes received in response to this notice, but will be used to determine whether to conduct a competitive procurement. A determination by the Government not to compete this proposed requirement based on responses to this notice is solely within the discretion of the Government. Justification for other than full and open competition. 1. USDA, Agriculture Research Service, Pasture Systems and Watershed Management Research, University Park, PA 16802 2. This action is to provide: Line Item 1 includes: 1) Gallery Plus ECM with food/filter set, MG98621001-4, 2) IQ Kit Dispensing MG981704, 3) PC Acc. (Touch, BCR, US cord, US Keyboard) MG9860121, 4) ECM Start-up kit MG986200, 5) Start-up kit MG986100. Optional Line Item includes: 1) Gallery Plus with enzyme/food filter set MG98620001-4, 2) IQ Kit Dispensing MG981704, 3) PC Acc. (Touch, BCR, US cord, US Keyboard) MG9860121m /start-up kit MG986100. ALL ITEMS ARE PENDING AVAILABILITY OF FUNDING. FAR 52.232-18 AVAILABILITY OF FUNDS, FAR.52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR. 3. The Discrete Photometric Analyzers and accessories shall meet the following specifications: a) have automated pH and/or Conductivity testing(applicable to Line Item 1 only), b) have at least 12 standard installed interference filters, c) have disposable cuvettes to eliminate the possibility of carryover, d) have a dilutor that can be set using the included software for dilution as required for each individual sample both prior and during an analytical run, e) have a sample test capacity of at least 200 sample tests for an individual run, and these placed on sample racks to allow for refrigerated sample storage as needed before and after an analytical run. This is to enable the operator to prepare samples in advance of an analytical run and store them in refrigeration until the next analytical run. The sample tubes must be of sufficient volume to allow at least ten samplings from each tube by the analytical apparatus, f) have the capacity to run more than one analytical channel simultaneously, g) Be able to accommodate samples racks capable of holding tubes with the recommended capacity of about 13 ml, h) have the capacity for analytical cycle times that would allow for 120 samples per hour for nitrate and ortho phosphate and other common analytes, i) have the capacity to use the well-established wet chemistry techniques allowing for the continuity of the analytical methods already employed for: ortho phosphate, total nitrogen, ammonia (in both low and high salt solutions), nitrate (in both high and low salt solutions), silica, chloride, bromide, urea (in fresh and brackish waters), total phosphorus, conductivity, and pH, j)Have analytical methods available to analyze urea N in freshwater and brackish water, k)Have analytical methods available that yield results with at least the following sensitivities: nitrate potable water and in high salt with detection limit of.2 ppm, ammonium potable water and in high salt of 0.1ppm, chloride of 2.5ppm, ortho phosphate of 0.010ppm, silica of.2ppm, bromide.5ppm, Urea N in fresh water of.015ppm, and sulfate of 3ppm, l) have the ability of at least ten built in photometric channels with a spectral range of at least 275-880 nm, m) have a variable measurement temperature cell from 25-60 ˚C, n) have the ability to add additional samples during test process, o) have the ability to collect and store photometric waste, p) have the capability of adding an ion chromatography channel, q) have one set each of all operating manuals for the equipment and software, r) On-site installation, s) Training for 2 people and technical support to fully equip users to properly and effectively use and maintain the system, t) standard commercial warrant on the equipment and software, u) ability to use disposable sample vials/tubes as well as premade reagents, and v) ability to adapt the instrument for new methods not currently supported by the manufacturer, w) quotes should be good for 90 days. 4. 10 U.S.C. 2304 (c)(1), FAR Subpart 6.302-1. The supplies required by the agency are available from only one responsible source and no other type of services will satisfy the Agency requirements. 5. The manufacturer of the required product, is the only responsible Source and no other supplies will satisfy Agency Requirements. Reference FAR 6.302-1(a)(2)) When the supplies or services required by the agency are available from only one responsible source, or for DOD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies/ services will satisfy agency requirements, full and open competition need not be provided for. 6. A Federal Business Opportunities notice is published in an attempt to identify other possible vendors of the required equipment containing the necessary specifications required to produce the same results. The USDA ARS does not anticipate other qualified sources; however, should any responses be received, they will be evaluated to determine if they can meet future needs of the Government. 7. Anticipated costs are expected to be fair and reasonable to the Government based on established catalog or market prices of commercial items sold in substantial quantities to the general public. 8. Market research was conducted appropriate to the circumstances of this requirement with no other sources being identified as capable of satisfying the agency requirements. Supplies were deemed to be available only from one source. 9. Selected vendor is the manufacturer of the required system. Reference FAR 13.106(b)(1) - For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available. 10. No other sources have been identified. 11. An announcement of intent is being posted in order to determine if another source is more advantageous to the Government. 12. Data and representations included in this justification and which form a basis for this justification are complete and accurate. 13. Technical Information and Representations that are the responsibility of the technical and requirements official and which form the basis for this justification are certified as complete and accurate.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/75952b17570df1873bc6d2fb61db645c)
 
Place of Performance
Address: Bldg 3702 Curtin Road, University Park, Pennsylvania, 16802, United States
Zip Code: 16802
 
Record
SN05093304-W 20180919/180917231603-75952b17570df1873bc6d2fb61db645c (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.