Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 15, 2022 SAM #7532
SOURCES SOUGHT

66 -- NIR Instrument

Notice Date
7/13/2022 9:42:36 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
1069839
 
Response Due
7/25/2022 12:00:00 PM
 
Point of Contact
Missy Grice, Phone: 9706314559
 
E-Mail Address
melissa.grice@usda.gov
(melissa.grice@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
A market survey is being conducted to determine if there are adequate Small Business, SBA certified HUBZone, SBA-certified 8(a), Women-Owned, or Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors available for a proposed project who meet the specific criteria outlined below. This is a SOURCES SOUGHT NOTICE ONLY. This is not a solicitation Announcement, Request for Quote, or Invitation for Bid. It does not constitute any commitment by the Government. No award will result from this notice. The purpose is to conduct market research to gain knowledge of potentially qualified sources and to determine the capability of Small Business and/or Large Business companies to provide the supplies/services described below. Responses to this Sources Sought Notice will be used by the Government to make an appropriate acquisition decision. Department of Agriculture requests responses from ALL socioeconomic categories in order to gain a more complete understanding of the market for these products and service. The USDA� Agricultural Research Service (ARS) will not award a contract on the basis of responses or pay for the preparation of any information submitted. Respondents will not be notified of the results of this notice. After completing an analysis of the responses, the Government will determine whether to limit competition to 8(a), HUBZone, SDVOSB, Women-Owned, or other small business firms, or to proceed with issuing an unrestricted solicitation, inviting full and open competition. The NAICS code for the expected acquisition is 334516, with a Size Standard 1000 employees and the PSC Code is 6640. Scope of Work: The contractor shall provide all necessary labor, parts, and materials to provide a Near-Infared scanning spectrometer with the following specifications: -a spectral resolution of 0.5 nm, at least 4200 data points and an Absorbance range Up to 2 AU. a wavelength accuracy of <0.05nm, wavelength precision (based on single analyzer of <0.005nm, with a wavelength precision (instrument to instrument-based on a group of analyzers) of <0.02nm. -flexible sample presentation using standard sample cups (large, small & slurry) and cups from older Foss NIR system units.� The unit takes multiple sub scans to provide repeatable results on inhomogeneous materials. -analyze ground, un-ground, slurry, and liquid samples. -Must be compatible with pFoss ISIScan operating software to use scans and calibrations from existing older FOSS XDS NIR system. -Must be compatible with proprietary Foss WinISI windows based calibration development software and Artificial Neural Networking (ANN) calibrations for analysis to create and modify existing product calibrations. -Must have standardized in wavelength, bandpass and response for precise calibration transfer. -IP65 rated to combat dust, dirt, and humidity. It also has a temperature-controlled lamp and spectrometer. Note: NIR instruments use calibrations for accurate measurement predictions that have been developed on a specific NIR system. These calibrations are not transferable to other manufacturer NIR systems. Currently we have a FOSS XDS NIR system that was purchased 12 years ago which still works, but is no longer supported by FOSS. The new instrument is to replace the older instrument, but must be capable of utilizing prediction calibrations and scans obtained on the older FOSS XDS system that cannot be re analyzed. In essence an upgrade replacement for the existing system. We also need to be able to transfer our calibrations to our collaborators with FOSS DS2500 NIR systems as well as receive calibrations for the company for soybeans and other materials being analyzed.� FOSS has a factory standardized calibration transfer procedure to transfer calibrations from instrument to instrument. The FOSS DS2500 is completely compatible with our existing FOSS XDS system so will be able to accept calibrations and scans obtained on our old instrument enabling continuity of our NIR research. Capability Statement: Companies who have the experience, as well as an interest in doing business with ARS, should submit a Capabilities Statement which, for this notice, is not expected to be a proposal, but rather short statements regarding the company�s ability to demonstrate their expertise and experience in relation to the areas specified in this notice. In addition to the Capabilities Statement, companies should complete the attached Sources Sought Response Form and indicate whether they are a Small Business, SBA-certified HUBZone, SBA-certified 8(a), SDVOSB, or Women-Owned Small Business. To be eligible, all vendors must be registered in the System for Award Management (SAM) with a current and active registration. A SAM UEI number is required in order to register in SAM. A vendor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS.�Vendor must include their UEI# on their capability statements. To be eligible, all vendors must also be registered in SAM under the specific NAICS code listed as part of this sources sought. If a prospective vendor is not registered under the specified NAICS code and would qualify to be registered under it then they must update their SAM registration prior to providing a capabilities statement. Finally, to be eligible, all vendors must be NDAA 889 Certified. If they do not currently have a NDAA 889 Certification, then they must complete the attached NDAA 889 Certification form and submit it to melissa.grice@usda.gov so that they can be added to the list of NDAA 889 Certified vendors. Submitting a Capability Statements: Responses should be submitted via email by�Monday, July 25, 2022 at 2:00 p.m. (Central Time). Telephone inquiries will not be accepted. Questions should be directed to Melissa Grice at melissa.grice@usda.gov. Disclaimer: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate.� Respondents are also advised that under no obligation to acknowledge receipt of information or provide feedback about any of the information received.� After review of the responses received, the Government may issue a pre-solicitation synopsis and solicitation. No proprietary, sensitive, confidential or classified information shall be included with your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4b3680b22a104b31ae7d46cf7ed3afcf/view)
 
Place of Performance
Address: Peoria, IL 61604, USA
Zip Code: 61604
Country: USA
 
Record
SN06388217-F 20220715/220713230110 (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.