Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2003 FBO #0555
SOLICITATION NOTICE

66 -- C and N Elemental Analyzer

Notice Date
6/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, IL, 61604
 
ZIP Code
61604
 
Solicitation Number
3640-03-01
 
Response Due
7/9/2003
 
Archive Date
7/24/2003
 
Point of Contact
Pam Groth, Location Administrative Officer, Phone 651-649-5046, Fax 651-649-5055,
 
E-Mail Address
groth005@tc.umn.edu
 
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 notice constitutes the only solicitation; Quotations (RFQ) are being requested and a written solicitation will not be issued. This solicitation is being issued as Request for Quotation number 3640-03-01. NAICS Code is 334516 and the size standard is 500 employees. Contractor to provide the following item: One Elemental Analyzer for analysis of total carbon and nitrogen in soil samples. Background and Salient Characteristics: The analyzer will be used for analysis of total C and total N content of agricultural and forest soils, plant residues, and freeze-dried liquid samples containing in the range of approximately 0.1 - 85% C and 0.01 - 10% N. The analyzer must be capable of being configured for the simultaneous determination of C and N and be capable of being reconfigured for alternate applications such as oxygen or sulfur analysis without addition of optional detectors. The system must analyze the entire gas sample resulting from combustion, with no splitting or dilution of the combustion gases, and must make a complete, gas chromatographic separation of all desired elements. The analyzer should use a single, dual filament, thermal conductivity detector for the measurement of total N and C elemental concentrations. The system must include a data acquisition circuit board and software, an auto-sampler that accepts more than 100 samples, and a micro-balance for sample mass determination. The analyzer must be able to meet the detection limit requirements as stated above, and must achieve typical precision criteria equivalent to < 5 % relative standard deviation or better. System must include installation and training by a factory service representative and must include a one year on site parts and labor warranty. Delivery date required: September 15, 2003. The evaluation of quotes and the determination as to equality of the product shall be the responsibility of the Government and shall be based on information provided by the vendors. The Government is not responsible for locating or securing any information which is not identified in the quotation and reasonable to the purchasing activity. To insure that sufficient information is available the vendor must furnish as part of their quote all descriptive material necessary for the purchasing activity to determine whether the products meet all salient characteristics of this requirement. The Government will award to the responsible offeror whose offer conforms to this solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers, the ability to meet the technical requirements, such as the analyzer must be able to meet the detection limit requirements and must achieve typical precision criteria equivalent to < 5 % relative standard deviation or better (descriptive literature must be included), past performance, and price. Technically acceptable proposal must show that the offeror can meet the requirements of the Government. Items are to be quoted FOB Destination and delivery shall be made to: USDA-ARS-MWA, Soil & Water Research Unit, 439 Borlaug Hall, 1991 Upper Buford Circle, St. Paul, MN 55108, within 30 days of award. The following FAR provisions and clauses apply to this solicitation: 52.212-1 Instructions to Offerors-Commercial, 52.212-3 Representations and Certifications-Commercial Items, 52.214-4 Contract Terms and Conditions-Commercial Items, and 52.212-5 Contract Terms and Conditions including clauses incorporated by reference under section (b) (6); 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-3 Buy American Act-Supplies (41 U.S.C.10). Offerors shall submit a price for each item on company letterhead, past performance on similar items must include a minimum of 3 references; contact name, company name, address, phone number and fax number, and include a completed copy of 52.212-3 to the Contracting Officer at the address indicated above by July 9, 2003 at 4:00 p.m. local time. Faxed quotes will be accepted at 651-649-5055. Point of contact: Vince Becker at 651-649-5047. All responses will be evaluated in order to determine the ability to meet the above stated capabilities. The Government shall award a contract resulting from this solicitation to the responsive/ responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include technical specifications, descriptive material, literature, brochures and other such information corresponding to each minimum required item, which demonstrates the capabilities of the offeror?s equipment. Offerors shall identify where the offered item meets or does not meet each of the Government?s functional and performance minimum specifications listed herein. The anticipated award date is July 10, 2003. All responsible sources may submit a quotation which shall be considered by the Agency.
 
Place of Performance
Address: USDA-ARS-MWA, 439 Borlaug Hall, University of Minnesota, 1991 Upper Buford Circle, St. Paul, MN
Zip Code: 55108
Country: USA
 
Record
SN00340607-W 20030607/030605213211 (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.