Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2003 FBO #0451
MODIFICATION

66 -- QUIKCHEM 8000 SERIES AUTO ANALYZER SYSTEM, HARDWARE, SOFTWARE AND ACCESSORIES

Notice Date
2/24/2003
 
Notice Type
Modification
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
 
ZIP Code
19038
 
Solicitation Number
3-1902-007
 
Response Due
3/7/2003
 
Point of Contact
Gary Reed, Administrative Support Assistant, Phone 814-863-0928, Fax 814-863-0935, - Lisa Botella, Contract Specialist, Phone 215-233-6551, Fax 215-233-6558,
 
E-Mail Address
gtr2@psu.edu, lbotella@naa.ars.usda.gov
 
Description
AMENDMENT NO. 01 - This solicitation is amended as follows: 1) The Response due date is extended from 02-28-2003 to 03-07-2003; and 2) Changes the point of Contact to Gary Reed, 814-863-0928. The USDA, Agricultural Research Service (ARS), intends to negotiate solely with Lachat Instruments, Milwaukee, WI, to furnish, deliver and install a new QuikChem 8000 Series Flow Injection Analysis (FIA+) System, Hardware, Software and Accessories at the USDA, ARS, NAA, Pasture Systems and Watershed Management Research Unit, University Park, PA 16802. The USDA, ARS, PSWMRU will use this system for analyzing KCI extracts of soils for ammonia and nitrate+nitrate, and for analyzing various extracts of soils for orthophosphate. SALIENT CHARACTERISTICS: The system must use Flow Injection Analysis (FIA) for nitrate+nitrate, ammonia and orthophosphate in soils. This feature is required for consistency with establish research results produced in the past fourteen (14) years and must remain consistent for ongoing research. The system includes one (1) each of the following components and accessories (unless otherwise noted): 1) Auto Sampler System with a minimum of 60 sample capacity; 2) Reagent Pump with 12 tubes; 3) a minimum of two (2) Analytical Channels; 4) Two (2) Heating Units; 5) Three (3) analytical manifolds for determination of nitrate+nitrate, ammonia and orthophosphate; 6) Windows compatible Software and Data Interface; 7) Data System- Dell (Dimension 4100 Series), (or equal), Pentium III Processor at 933 MHZ; 128-133MHZ SDRAM; QuietKey Keyboard; 17-inch color monitor; 32MB Video Card; 560 GB Ultra ATA hard Drive; 3.5" Floppy Drive; Windows 98 operating system; MS IntelliMouse; 3Com Network Card; 12X/8X32X CD-Read Write Drive; and a three Year Limited Warranty (including 3 Year onsite Service and lifetime 24X7 Phone Support. Capable of expanding to include an auxiliary output for optional equipment. System software shall allow sample control, analysis, and data export to an Excel (or equal) spreadsheet and must be "Y2K" Compliant; 8) HP Printer with cables (or equal) and all appropriate interfaces with other system components; 9)Accessories Kit; 10) One (1) set of the operations, repair and maintenance manuals, service instructions, and software operating instructions; 11) Installation; 12) One (1) year parts and labor warranty; and 13) On-site training for a maximum of five (5) individuals; 14) Copies of any available extended service agreements and costs. DELIVERY - The Contractor shall furnish and deliver (F.O.B. Destination, within Consignee's Premises) the equipment and documentation to the USDA, ARS, NAA, Pasture Systems and Watershed Management Research Unit(PSWMRU), University Park, PA, within four (4) weeks after receipt of the purchase order. INSTALLATION - The Contractor shall perform installation and start-up within four (4) weeks after receipt of the purchase order. TRAINING - The Contractor shall provide a minimum of 1-day training 2 people and include all pertinent training materials and be completed at time of installation by the Contractor. WARRANTY - The Contractor shall provide a one year, on-site, parts and labor warranty on the equipment and a standard commercial software warranty. The Contractor shall provide a copy of the warranty for each item with their offer and information regarding available service contracts and associated pricing. DOCUMENTATION - The Contractor shall provide two (2) copies each of the following manuals: operations, repair, maintenance, lubrication, software, service instructions, and operating instructions upon delivery. SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE -All Electronic and Information Technology (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 http://www.access-board.gov/sec508/508standards.htm#PART1194. The following standards are applicable to this contract: 1194.21 through 1194.23, 1194.25 and 1194.26. The Contractor must note in the schedule whether each product or service is compliant or noncompliant with the accessibility standards at 36 CFR 1194. For each item that is identified as compliant the Contractor shall provide evidence or verification of compliance. The proposal must indicate where full details of compliance can be found (e.g schedule attachment, vendor's website or other readily available location (specify). Companies with the demonstrated capability and financial capacity to provide and service such equipment, and warranty must submit a written substantive statement outlining the Company's and systems' capabilities, available service agreements and consumables (including price lists). The Contractor is responsible for monitoring the FBO website at http://www.fedbizopps.gov for information relating to this requirement. Offerors will be responsible for downloading their own copy of these documents (if any). Contractors are required to acknowledge receipt of all Amendments (if any). If no affirmative responses are received with 5 days of publication of this notice to determine whether a qualified source is more advantageous to the Government, an order will be placed with Point Four Systems, Inc. under the authority of FAR 6.302. The NAICS Code is 421820 with a size standard of 500 employees. This is not a request for proposal. INFORMATION SENT BY E-MAIL OR FAX IS NOT ACCEPTABLE. No solicitation is available.
 
Place of Performance
Address: USDA-ARS-NAA, Pasture Systems and Watershed, Management Research Unit (PSWMRU), University Park, PA
Zip Code: 16802
Country: United States
 
Record
SN00263939-W 20030226/030224213147 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.