Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 08, 2020 SAM #6705
SOLICITATION NOTICE

66 -- Dual Channel Ion Chromatography System

Notice Date
4/6/2020 2:26:21 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USDA ARS MWA COLUMBIA LSS COLUMBIA MO 65211 USA
 
ZIP Code
65211
 
Solicitation Number
AG-64PP-S-20-0005
 
Response Due
4/21/2020 2:00:00 PM
 
Archive Date
05/06/2020
 
Point of Contact
Brionna Wade, Phone: 5738829387
 
E-Mail Address
Brionna.Wade@usda.gov
(Brionna.Wade@usda.gov)
 
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. Solicitation No. AG-64PP-S-20-0005 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01.� The NAICS code applicable to this acquisition is 334516.� For a small company to qualify as a small business, the small business standard is 500 employees or less. *Please note that this requirement is dependent upon availability of funds. Specifications for Dual Channel Ion Chromatography System A dual channel ion chromatography system for use in water chemistry analysis (total nutrients, dissolved nutrients, etc.).� These analyses are standard procedures that occur in the water quality laboratory and are fundamental in meeting research requirements under NP211. Current instrumentation is no longer in operation due to mechanical failures or obsolescence and cannot perform approved analysis methods.� The Unit currently analyzes over 2000 samples per year with a minimum of 5 nutrient related analytes per sample.� Due to sample preparation requirements and testing volume, in-house water chemical analysis is required.� This system shall meet the following specifications: Dual channel, dual temperature system capable of automation, detection, and separation with a pump system that supports high pressure, isocratic analytical capillary, standard bore, and microbore ion chromatography applications. Capable of testing for cations and anions for a single sample concurrently. Trace analysis to the parts per billion level using ion concentrator columns. Column to detect the hydroxide-selected inorganic anions NO2-, NO3-, SO42-, PO43-, the second column to detect disparate concentrations of NH4+, and the associated guard columns for both. Ability to perform inline dilution for out-of-range samples. Inline filtration system. Continuous operation capability for increased productivity. Eluent generator and degasser modules with tubing to eliminate the use of hazardous chemicals such as cadmium or vanadium. Eluent organizer with bottles. Flush bottles. Conductivity and electrochemistry detectors within module. Suppressor, capable of suppressor regeneration. Autosampler with automatic sample preparation capabilities for cation and anion analysis, capable of holding racks that hold 10ml vials. Interfaces with Windows 10 based data and system software, software should provide compliance, instrument control, automation, and data processing tools. Automated consumables tracking system to be used in conjunction with software system. Cation and anion trap columns to work in conjunction with consumables tracking system to remove ionic contaminations from eluents. Provides vendor-based remote service diagnostics through the software package. Capability to add other components in the future, such as a mass spectrometer, to increase testing capability. Package should include: Appropriate autosampler rack and a minimum of 100 vials and associated required items such as caps. Provide dual channel PM and Spare parts kit. Provide analytical pump maintenance kit. Tubing connection kit to ensure proper tubing face seals. Valve assembly and mounting hardware. PC -Intel Core I5, Windows 10 Pro 64 bit, 2X512 GB SSD, 32GB or better with Microsoft Office Home and Business, 1GB Ethernet port/wifi, USB ports, RoHS Power cords, 120 volt. Minimum 3 year factory warranty on ion chromatography service parts. Minimum 3 year extended warranty, labor and travel, with annual preventative maintenance for dual pump/column system, eluent generator, autosampler, detector compartment, transponder, conductivity and electrochemistry detector components. Delivery with liftgate service. Delivery within 60 days. On-site Dual channel ion chromatography system training and on-site software training for a minimum of 2 people. 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, and total price; 2) Descriptive literature, brochures, information on service and support; 3) At least 2 to 3 references for the proposed service (if possible). References must have received the proposed service within the last five (5) calendar years (Government references preferred, but will accept commercial references). References shall be provided for the service proposed, and if possible, include the email address of the person to be contacted; and 4) Company�s DUNS number; 5) GSA Contract number and expiration date (if applicable to service requested).; 6) 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://www.acquisition.gov/comp/far/index.html���� �REJECTION OF QUOTATION:�� 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://www.acquisition.gov/comp/far/index.html.� FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote);� FAR 52.204-7, System for Awards Management (ALL OFFERORS MUST BE REGISTERED AND ACTIVE IN THE SYSTEM FOR AWARDS MANAGEMENT DATABASE IN ORDER TO RECEIVE AN AWARD) The website address for registration is: http://www.sam.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, 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 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR 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; 52.223-4, Recovered Material Certification; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.225-2, Buy American Act Certificate ; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33,� Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, 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. DELIVERY:� FOB Destination.�� DELIVERY TO: USDA-ARS, Plant Genetics Research Unit, Columbia, MO.. QUOTE PRICE MUST INCLUDE any freight, shipping, handling, as well as any applicable duties, brokerage, or customs fees.� DELIVERY DATE DUE:��The Government requires delivery and invoice no later than 60 days after receipt of order, however, each offeror shall include their proposed delivery schedule as part of their quotation. FAR 52.212.-2, EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the service offered to meet the Government requirement, including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are 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 Quote shall respond to each of the evaluation factors identified below.� With the exception of past performance, 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 Evaluation Factors:�� A) All quotes will be rated against the technical capability of the service offered to meet the Government requirement. B) Delivery. C) Warranty, D) Descriptive Literature. 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. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Quotes to: Brionna D. Wade, Contracting Officer, USDA, ARS, Administrative Office, University of Missouri, 269 Ag Engineering Building, Columbia, MO. 65211. Quotes and other requested documents may be provided by email:� Brionna.Wade@ars.usda.gov, Furnish quotes no later than 3:00 PM (Central), Tuesday, April 21, 2020. Additional information may be obtained by contacting the Contracting Officer at (573) 882-9387.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f2109a4140d245308fdcfe4323d401b7/view)
 
Place of Performance
Address: Columbia, MO 65211, USA
Zip Code: 65211
Country: USA
 
Record
SN05611819-F 20200408/200406230149 (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.