COMMERCE BUSINESS DAILY ISSUE OF JANUARY 8, 2001 PSA #2762
SOLICITATIONS
66 -- GAS CHROMATOGRAPH
- Notice Date
- January 4, 2001
- Contracting Office
- USDA-ARS-SAA, Richard B. Russell Center, 950 College Station Road, Athens, GA 30605-2720
- ZIP Code
- 30605-2720
- Solicitation Number
- RFQ-007-4384-01
- Response Due
- January 21, 2001
- Point of Contact
- Elaine Wood 706-546-3534
- E-Mail Address
- Click here to contract the contracting officer (woode@saa.ars.usda.gov)
- Description
- The previous notice is cancelled and is being readvertised as follows: 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; quotations are being requested and a written solicitation will not be issued. The solicitation number RFQ-007-4384-01 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 97-19. Procurement will be on an unrestricted basis. The NAICS code is 334516. The small business size standard is 500 employees. USDA, ARS, has a need for a gas chromatograph (GC) in order to analyze edible seeds and oils for lipid components such as fatty acids and sterols. Instrument specifications are: The injector must be temperature programmable and capable of making a split or a splitless injection. The detector must be a flame ionization detector (FID).The injector and the detector must have programmable pneumatic controls. The instrument must have an autosampler that is controllable from the instrument keypad or the dedicated computer. The autosampler tray must accommodate a minimum of 80 crimp-top vials. The autosampler must move from the injector port to allow for manual injections. The instrument must have an automated headspace sampling system handling a minimum of 40 samples. The headspace sampling system must be capable of being upgraded at a later time. The headspace sampling system must be able to operate at a minimum of 210 C. The headspace sampling system must be capable of thermostatting a minimum of 12 vials at any one time. The instrument must be programmable in a minimum of 3 modes, so that pressure, flow, and linear velocity may be programmed. The data handling software must be TurboChrom or equivalent to allow for data manipulation and adaptation to other instrumentation already installed onsite. All functions of the instrument, including the autosamplers must be controllable using the software. There must be a memory buffer between the GC and the computer to save multiple chromatograms in the event of a computer failure. The software to handle the data must be able to do graphical reprocessing and apply manipulations to single or multiple injections without making changes to the method. The software must be capable of exporting data to third party software such as Excel. The software must be capable of comparing a minimum of 30 chromatograms for characteristics such as baselines, peak retention times and component names. Delivery is required within 60 days ARO. Delivery is FOB Destination to USDA, ARS, Raleigh, NC. Descriptive literature showing the quoted item meets or exceeds all specifications included herein must accompany the quotation. The government anticipates award of a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforms to the solicitation and is most price advantageous to the government. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The contracting officer will make award based on price and price-related factors. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror/Representations and Certifications-Commercial Items, and FAR 52.222-70, Compliance with Veterans Employment Reporting Requirements which states: (a) The offeror represents that, if it is subject to the reporting requirements of 38.U.S.C. 4212 (d) (i.e. the VETS-100 report required by FAR clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it ( ) has , or ( ) has not submitted the most recent report required by 38 U.S.C. 4212 (d). (b) An offeror who checks "has not" may not be awarded a contract until the required report is filed. Far 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items, applies to this acquisition. The following FAR clauses cited in 52.212-5 are applicable to this acquisition: 52.203-6; 52.222-26; 52.222-35, 52.222-36, 52.222-37; 52.225-3; 52.225-13. 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 Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. Responses are due 4:00 pm local time, January 22, 2001 at USDA Agricultural Research Service, 950 College Station Rd, Athens, GA 30605-2720 (or POB 5677, Athens, GA 30604-5677). POC Elaine Wood, Contract Specialist, 706/546-3534 or fax 706/546-3444.
- Web Link
- Click here to download a copy of 52.212-3 (http://www/nist.gov/admin/od/contract/repcert.htm)
- Record
- Loren Data Corp. 20010108/66SOL007.HTM (W-004 SN50A1P3)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on January 4, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|