Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2003 FBO #0573
SOLICITATION NOTICE

66 -- Elemental Analyzer and Accessories

Notice Date
6/23/2003
 
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
5114-3-0025
 
Response Due
7/8/2003
 
Archive Date
7/23/2003
 
Point of Contact
Norma Cremeens, Procurement Assistance Officer, Phone 309-681-6618, Fax 309-681-6683, - Georgetta Stonewall, Contract Specialist, Phone (309) 681-6624, Fax (309) 681-6683,
 
E-Mail Address
cremeenn@mwa.ars.usda.gov, gstonewall@mwa.ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
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; quotations are being requested and a written solicitation will not be issued. Solicitation Number 5114-3-0025 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. The solicitation is 100% set-aside for small businesses. NAICS Code 334516, small business standard is 500 employees. The USDA, Agricultural Research Service (ARS), U.S. Dairy Forage Research Center, Madison, Wisconsin, has a requirement/need for a Carbon-Nitrogen Combustion Analyzer "Brand Name or Equal" to the Elementar Americas-Vario Max CN and the accessories. As part of the purchase, the government would consider a trade-in of a Leco FP-2000 analyzer. MINIMUM SPECIFICATIONS INCLUDE: (1) Automatic sampling device; (2) High temperature combustion from 900 - 1000C; (3) Automatic removal of ash after each analysis (required due to high ash content of some samples); (4) Crucible receiving rail system to collect up to 15 crucibles after combustion for subsequent analysis of residual ash (both amount and composition); (5) Extra consumables and supplies for analysis of approximately 4000 samples; (6) Stainless steel combustion tubes and crucibles to reduce or obviate breakage problems; (7) Ability to analyze 2ml or greater liquid samples; (8) Ability to analyze 1g or greater organic-matrix samples; (9) Multi-stage water removal system allowing for long operation when analyzing liquid samples; (10) System operates without splitting of the analyte gases [this is critical for later use of analyzer in conjunction with an isotope ratio mass spectrometer (IRMS) system]; (11) 120 VAC operation without an external transformer; (12) Dimensions 75 x 65cm maximum [30" x 26"]; (13) O-Ring kit; (14) Warranty [including parts and labor]; (15) Provide product literature for additional application accessories for future expansion of the system. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the Descriptive Literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. FAR 52.252-1 Solicitation Provisions Incorporated by Reference are as follows: FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Provide with Quote); FAR 52.211-6, Brand Name or Equal; 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 52.214-21, Descriptive Literature; and FAR 52.222-22 (Provide with Quote), 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 (June 2003) are applicable to this acquisition: 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; 52.225-3, Buy American Act - North American Free Trade Agreement - Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products (E.O. 12849); 52.232-34, Payment by Electronic Funds Transfer - Other Than 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.ARNet.gov/far/. SHIPPING: FOB Destination. DELIVERY TO: The contractor shall perform all delivery of equipment, set-up, required manuals and training/operations so that the CN Analyzer is complete and ready to use. The Carbon-Nitrogen Analyzer shall be delivered, F.O.B. Destination, to the USDA, ARS, U.S. Dairy Forage Research Center, 1925 Linden Drive West, Madison, Wisconsin. The government desires delivery within 90 days after receipt of purchase order, however, each offeror shall include in their quote a delivery schedule as part of their quotation. Delivery shall be made within the hours 8:00 a.m. to 4:30 p.m., Monday through Friday, excl. Federal holidays. DOCUMENTS INCLUDED IN QUOTE: In order to be considered for award offerors shall provide, (1) a quote on company letterhead detailing equipment, unit price, and extended price, (2) descriptive literature and brochures, (3) three to five references for the proposed product quoted. REFERENCES: References must have received the proposed equipment within the last three calendar years (Government references preferred but will accept commercial references). Reference information shall include the company name, address, phone, fax numbers, and E-mail address; and 4) Duns Number. 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.arnet.gov/far. QUOTATION PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. FAR 52.212-1, Instructions to Offerors - Commercial, FAR 52.212-2, EVALUATION - COMMERCIAL ITEMS, significant evaluation factors in the relatively order of importance, are (i) technical capability of the item offered to meet the Government requirements; (ii) past performance; (iii) and price (based on FOB destination), technical capability and past performance are significantly more important than price. 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. Acceptance of the standard commercial warranty does not waive the Government?s rights under the Inspection clause nor does it limit the Government?s right 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 this response. EVALUATION & AWARD FACTORS - CARBON-NITROGEN ANALYZER: 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 proposal shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each proposal based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A. Discuss in the proposal how the instrument will analyze liquid and/or organic-matrix samples and the ability to do both mass and volume sizes. Samples to be analyzed include: animal feed (500mg - 1000mg), forage (500mg - 1000mg and 3 cm3), cow manure (1g and 3 cm3 volume), urine or forage extracts (2-5ml), filter bags (1g and 3 cm3 volume), sandy soil (2g), and humic soil (1g). B. Address how the operating range of the analyzer is important due to the heterogeneous nature of natural materials. C. Discuss the content utilizing high temperature combustion. D. Address capability of instrument to be hooked up to an isotope ration mass spectrometer. (2) Past Performance: Past performance information under previous contracts will be evaluated to determine the contractor?s history as it relates to customer satisfaction and standards of good workmanship. (3) Price: Must include any freight or shipping, as well as any applicable duties, brokerage, or customs fees. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quotation without further discussions. All responsible sources may submit an offer which will be considered. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.eps.gov. Potential offerors will be responsible for downloading their own copy of these documents (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. Furnish quotations to Norma R. Cremeens, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00p.m., July 8, 2003. Quotations may be provided by facsimile to (309)681-6683 if desired. Additional information may be obtained by contacting the Contracting Officer at (309)681-6618 or email below.
 
Place of Performance
Address: USDA, ARS, U.S. DAIRY FORAGE RESEARCH CENTER, 1925 Linden Drive West, Madison, WI
Zip Code: 53706
Country: USA
 
Record
SN00354305-W 20030625/030623213305 (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.