Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 05, 2020 SAM #6702
SOLICITATION NOTICE

66 -- DYNAMIC MECHANICAL ANALYZER

Notice Date
4/3/2020 8:45:18 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NEA EASTERN REGIONAL RESEARCH CENTE WYNDMOOR PA 19038 USA
 
ZIP Code
19038
 
Solicitation Number
AG-3JL0-S-20-0006
 
Response Due
4/20/2020 1:00:00 PM
 
Archive Date
04/30/2020
 
Point of Contact
Regina L Dennis, Phone: 215-233-6553, Fax: 215-233-6485
 
E-Mail Address
rdennis107@yahoo.com
(rdennis107@yahoo.com)
 
Description
66- DYNAMIC MECHANICAL ANALYZER AG-3JL0-S-20-0006 04/03/2020 04/20/2020 Point of Contact, Regina Dennis, Contract Specialist, (215)233-6553 or e-mail regina.dennis@usda.gov The United States Department of Agriculture, Agricultural Research Service (ARS), Eastern Regional Research Center, Dairy and Functional Foods Research Unit (DFF) in Wyndmoor, PA� 19038, is seeking to purchase a Dynamic Mechanical Analyzer to be furnished and delivered (F.O.B. Destination within Consignee?s Premises) to the USDA, ARS, Eastern�� Regional Research Center, in Wyndmoor, PA; in accordance with the terms, conditions, and specifications contained in this document.� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 (current as of FAC 2020-05), as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation quotations are being requested and a written solicitation will not be issued.� The NAICS is 334516, with a size standard of 1,000 employees.� The Solicitation number is AG-3JL0-S-20-0006 and is issued as a Request For Quotation (RFQ).� SCHEDULE OF ITEMS - Furnish and deliver, F.O.B. Destination (shipping included). Required Specifications for a Dynamic Mechanical Analyzer: The relative humidity should be range from 0-5% to 90-100%. Run biodegradable protein film samples Humidity system should be built-in The temperature should be range from -50 to 100 �C. Temperature ramp and humidity ramp, temperature sweep, and humidity sweep in a precision of at least 0.001. Analyzing data or run should be in the same window as the run. The DMA or Dynamic Mechanical Analysis will help with our Biodegradable film research project. The new DMA will be able to analyze our milk protein films by measuring the Stress and Strain properties in a range of temperature and relative humidity without attaching any apparatus to the machine. It will give us the results with high accuracy. This is very important in our research because we would like to see the effects of temperature or humidity on our protein films to apply them in commercial use. The system shall be packed for shipment in such a manner that will ensure acceptance by common carrier and safe delivery at the destination. The articles to be furnished hereunder shall be delivered, all transportation charges paid by the vendor, and in accordance with the FOB designation clause (FAR 52.247-30) to: Eastern Regional Research Center Attn: Shipping & Receiving (Reference the order number) 600 E. Mermaid Lane Wyndmoor, PA 19038 Delivery shall be between the hours of 8:00 a.m. to 3:00 p.m. Monday through Friday, excluding Federal Holidays. Warranty The Contractor 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 Governments rights under the Inspection clause nor does it limit the Governments rights with regard to the other terms and conditions of this contract.� The Contractor shall provide a copy of its standard commercial warranty with its quotation.� WARRANTY:� The Contractor shall provide the warranty for this equipment with their offer. Section 508 Clause - Contractor Compliance All EIT procured through this contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists.� (36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at� (https://www.section508.gov/content/learn/laws-and-policies). The following standards have been determined to be applicable to this contract: ______1194.21 Software applications and operating systems ______1194.22 Web-based intranet and internet information and applications. ______1194.23 Telecommunications products.�� ______1194.24 Video and multimedia products. ______1194.25 Self contained, closed products. ______1194.26 Desktop and portable computers. �The standards do not require the installation of specific accessibility-related software or the attachment of an assistive technology device, but merely require that the EIT be compatible with such software and devices so that it can be made accessible if so required by the agency in the future.� In addition, contracting activities that award IDIQ contracts must indicate to ordering offices which supplies and services the contractor indicates as compliant and show where the full details of compliance can be found (e.g., vendor�s website� or other exact webpage location.)� To collect this information from the vendor, REE contracting activities shall include the following provision in solicitations:� Section 508 Provision - Compliance Details �The contractor shall indicate, for each line item in the schedule, whether each product or service is compliant or noncompliant with the accessibility standards at 36 CFR 1194.� Further, the proposal must indicate where full details of compliance can be found (e.g., vendor�s website or other exact location.�) Companies with the demonstrated capability of providing this equipment must submit a descriptive statement, including descriptive literature, specifically addressing the equipment?s component?s and availability.� The statement and literature must be submitted to the Contracting Office Address at the day and time specified in the synopsis.� No solicitation is available.� DOCUMENTATION:� The Contractor shall provide operations, repair, maintenance manuals, and service instructions submitted upon delivery of the equipment.� ADDITIONAL QUOTATION INFORMATION:� The provision at 52-212-1, Instruction to Offerors - Commercial Items (JAN 2017), applies to this acquisition.� FAR Clause 52.212-1, is amended to include the following clauses by reference: 1. Submission of Offers is amended to include the following:�� Submit your quotation, warranties, descriptive literature on the proposed equipment, and the Certifications at FAR 52.212-3 to the Contracting Officer.� FAILURE TO SUBMIT THIS INFORMATION MAY RENDER THE OFFER NON-RESPONSIVE.� FACSIMILE OFFERS ARE NOT ACCEPTABLE.� The provision at 52.212-2, Evaluation - Commercial Items (Oct 2014), applies to this acquisition.� ADDENDUM TO FAR CLAUSE 52.212-2.� Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered.� Basis for Award: Award will be made to the offeror offering ""best value"" to the Government, price and the identified ""technical factors"" considered. All the technical factors combined are significantly more important than price, however, in the event that offers are considered essentially equal in terms of technical competence, price may become the determining factor in contract selection. Pursuant to FAR 52.212-2, the criteria for evaluation are (1) Technical Capability, (2) Past Performance and (3) Price (to include shipping). EVALUATION FACTORS FOR AWARD will be based on �best value� to the Government, price and price-related factors. FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE. a) Technical Capability will be based on product literature, catalog pricing sheets, service maintenance agreements b) Past performance history may be based on the Contracting Officer's knowledge of any previous history of this type of work, customer surveys or any other verifiable information available to the Contracting Officer and c) Price includes all services, discount terms, and transportation. Each offer is required to submit warranty information, descriptive literature or other documentation, and show how the offered product meets or exceeds the requirements as specified in the specifications. Your offer shall include pricing in accordance with the SCHEDULE OF ITEMS identified above. c) Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items (DEC 2019), with the quotation. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018), applies to this acquisition. ADDENDUM TO FAR CLAUSE 52.212-4. The following terms and conditions are added as an addendum to this clause: l. Item (a) Inspection and Acceptance is amended to include the following: AGAR 452.246-70 INSPECTION AND ACCEPTANCE (FEB 1988) - (a) The Contracting Officer or the Contracting Officer's duly authorized representative will inspect and accept the supplies and/or services to be provided under this contract. (b) Inspection and acceptance of the item shall be performed at: USDA, ARS, Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, PA 19038. The invoice shall be submitted electronically through the Invoice Processing Platform (IPP) �USDA, ARS, Eastern Regional Research Center plans to award a single, firm-fixed price contract to the offeror whose quotation is most advantageous to the Government price and other factors considered.� Award may be made without discussions; however, ERRC reserves the right to conduct discussions later if determined necessary by the contracting officer ADDITIONAL QUOTATION INFORMATION: The provision at 52-212-1, Instruction to Offerors - Commercial Items (OCT 2018), applies to this acquisition. FAR Clause 52.212-1, is amended to include the following clauses by reference: 1. Submission of Offers is amended to include the following: Submit your quotation, warranties, descriptive literature on the proposed services and the Certifications at FAR 52.212-3 to the Contracting Officer. FAILURE TO SUBMIT THIS INFORMATION MAY RENDER THE OFFER NON-RESPONSIVE. FACSIMILE OFFERS ARE NOT ACCEPTABLE. The provision at 52.212-2, Evaluation Commercial Items (JAN 2020), applies to this acquisition. ADDENDUM TO FAR CLAUSE 52.212-2. Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. Applicable Provisions: The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR). This contract incorporates one or more clauses by reference, with the same force and affect as if they were given in full text. The full text of these clauses may be accessed electronically at: http://www.acquisition.gov/far/. 52.204-7, System for Award Management (OCT 2018); 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (OCT 2015); 52.222-26, Equal Opportunity (SEPT 2016); 52.233-3, Protest After Award (AUG 1996); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); 52.214-21, Descriptive Literature ( APR 2002); 52.214-34, Submission of Offers in the English Language (APR 1991); 52.214-35 Submission of Offers in U.S. Currency (APR 1991); 52.247-35, F.O.B. Destination, Within Consignee Of Premises (APR 1984); 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (JAN 2020); 52.232-33 Payment By Electronic Funds Transfer�System for Award Management (OCT 2018), 52.233-4 Applicable Law for Breach of Contract (OCT 2004) Responses are due by 4:00 p.m. local time, on April 20, 2020, at the USDA, ARS, Eastern Regional Research Center, Administrative Office, 600 East Mermaid Lane, Wyndmoor, PA 19038.� Point of Contact for this acquisition is Regina Dennis, Contract Specialist, (215) 233-6553 or e-mail regina.dennis@ars.usda.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f68dac7546044c7fb222f0eaa8177a1e/view)
 
Place of Performance
Address: Glenside, PA 19038, USA
Zip Code: 19038
Country: USA
 
Record
SN05610217-F 20200405/200403230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.