Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2003 FBO #0581
SOLICITATION NOTICE

66 -- Carbon/Nitrogen Analyzer

Notice Date
5/27/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, South Atlantic Area Office/Athens, GA, 950 College Station Rd., Athens, GA, 30605
 
ZIP Code
30605
 
Solicitation Number
RFQ-015-4384-03
 
Response Due
6/13/2003
 
Point of Contact
Elaine Wood, Contract Specialist, Phone 706-546-3534, Fax 706-546-3444,
 
E-Mail Address
woode@saa.ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item 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-015-4384-03 is issued as a request for quotations and incorporates provisions and clauses that is in effect through FAC 01-13. This procurement is set aside for small business. The NAICS code applicable to this acquisition is 334516. For a company to qualify as a small business, the small business size standard is 500 employees. USDA, ARS has a requirement for one carbon/nitrogen analyzer. Specifications of this instrument are: 1. Must be capable of simultaneous determinations of total carbon and nitrogen by combusting the sample and measuring the entire contents of carbon and nitrogen in the combustion gases. Must be capable for upgrade to include total sulfur analysis. 2. Must be capable of interfacing with an isotope mass spectrometer such that the system must employ a single thermal conductivity detector and analyze all of the analyte gases resulting from combustion without utilization of a gas splitting system. 3. Must be able to measure from 0.02 to 150 mg nitrogen and 0.02 to 400 mg carbon. 4. Must be capable of handling soils up to 1.5 g weight, ground plant samples up to 5 cubic centimeters, and water or sediments up to 4 ml in volume. 5. Must have at least a 60 position automatic sample loading device capable of handling both solid and liquid samples. Sampling device must remove the ash from the analyzer after each sample. Samples for analyses must be weighed and analyzed in reusable sample containers. 6. Must be able to operate on 120 VAC, 60 Hz power without the use of an external power transformer. 7. Must employ a combustion tube made from stainless steel. 8. Must employ electronic mass flow controllers for the regulation of the helium carrier gas and oxygen combustion gas. 9. Must be complete with all required gas regulators and tubing. 10. Must include all hardware and software required for the operation of the instrument by an external PC operating system no earlier than version Windows 98. PC and software must be included in the system. 11. Must include installation and training by factory trained representative. 12. Minimum 12 month warranty on parts and labor. Descriptive literature showing that the offered equipment meets all specifications must accompany the quotation. Delivery time is 60 days ARO. Equipment price should be FOB Canal Point, FL. Quoted price should include delivery costs. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforming to the specifications will be most advantageous to the Government. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Vendors may meet this requirement by acceptance of government purchase card or providing a Vendor Express Number. If a company has not previously enrolled in the Vendor Express Program with USDA, they should call the National Finance Center at 1-800-421-0323 for an enrollment package. All offers must include with their quotation a completed copy of FAR 52.212-3 available at www.arnet.gov/far . The following FAR clauses apply: Data Universal Numbering System (DUNS) Number, 52.204-6; Instructions to Offerors-Commercial Items, 52.212-1; Evaluation of Commercial Items awarded to a responsive/responsible offeror at a fair and reasonable price, 52.212-2; Offeror Representations and Certifications-Commercial Items, 52-212-3; Contract Terms and Conditions-Commercial Items, 52.212-4. The following FAR clauses cited in 52.212-5 are applicable to this acquisition: 52.203-6, 52-211-5, 52.222-35, 52.222-36, 52.222-37, 52.225-3 Alt II, 52.225-9, 52.225-10, 52.225-13, 52.225-18, 52.225-21, 52.247-64. All sources wishing to provide a quotation must respond by 1:00 PM EDT, June 13, 2003 . Quotations should be addressed to 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. Faxed responses are acceptable. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (27-MAY-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 01-JUL-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/ARS/SAA-GA-A/RFQ-015-4384-03/listing.html)
 
Place of Performance
Address: USDA ARS,Canal Point,FL
Zip Code: 33438
Country: USA
 
Record
SN00362206-F 20030703/030701222400 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.