Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2003 FBO #0612
MODIFICATION

66 -- TLC-FID Analyzer

Notice Date
8/1/2003
 
Notice Type
Modification
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, IL, 61604
 
ZIP Code
61604
 
Solicitation Number
5114-3-0037
 
Response Due
8/8/2003
 
Archive Date
9/8/2003
 
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
 
Description
MODIFICATION: THIS RFQ IS BEING MODIFIED TO WITHDRAW THE REQUIREMENT FOR 100% SET ASIDE FOR SMALL BUSINESS CONCERNS. THIS RFQ IS BEING SOLICITATED ON AN UNRESTRICTED BASIS. THE RESPONSE DATE HAS BEEN EXTENDED TO AUGUST 8, 2003 AT 2:00 P.M. 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 No. 5114-3-0037 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. The NAICS code applicable to this acquisition is 334516. For a company to qualify as a small business, the small business standard is 500 employees. The USDA, Agricultural Research Service, MWA, National Center for Agricultural Utilization Research, (NCAUR), Peoria, IL, has a requirement/need for a TLC-FID Analyzer "Brand Name or Equal" to Iatron Laboratories' Iatroscan New MK-6 TLC-FID Analyzer. Listed are the description of items and quantities required: CLIN No. 1 - TLC-FID Analyzer (1 unit); CLIN No. 2 - Chromatography software with A/D serial port connection to Windows computer and connection box with cables for linking to TLC-FID Analyzer (1 unit); CLIN No. 3 - Chromatography Station Interface Box (1 unit); CLIN No. 4 - Cable Set (1 set); CLIN No. 5 - Chromrod Type SIII (5u Silica) (1 pack of 10); CLIN No. 6 - Ignitor for lighting FID burner (1 unit); CLIN No. 7 - Standard Chromrod Development Tank (1 unit); CLIN No. 8 - Tweezers for Chromrods (1 unit); CLIN No. 9 - Chromrod holder for MK-6 (1 set of two); CLIN No. 10 - MK-6 (1 unit); CLIN No. 11 - Spare fuse (1 unit); CLIN No. 12 - Air pump unit (1 unit); CLIN No. 13 - Allen wrench set (1 unit); CLIN No. 14 - Hydrogen connecting pipe (1 unit); CLIN No. 15 - Operational manual (1 unit); CLIN No. 16 - Spotting guide for MK-6 Chromrod holders (1 unit); CLIN No. 17 - Spotting syringe equivalent to Dynatech 1.5 Microliter blunt tip (1 unit); CLIN No. 18 - Spotting syringe equivalent to Dynatech 5.0 Microliter blunt tip (1 unit); and CLIN No. 19 - One year parts and labor warranty. The analyzer system will be used in the research of vegetable oils which cannot now be used in industrial fluids due to their poor low temperature and oxidation properties. Scientists are attempting to develop processes to reduce double bonds present in triglyceride molecules by addition of some groups at double bond positions. To do that, we need to observe and quantify changes in vegetable oils before and after this chemical reaction with considerable speed and accuracy. This tool will also find application for separation and quantization in the field of lipids, food, and polymer additives. THE SALIENT CHARACTERISTICS: the Analyzer must meet or include these minimum requirements: (1) Must incorporate the separation efficiency of Thin Layer Chromatography combined with quick qualitative and quantitative analysis of separated compounds by Flame Ionization Detector to avoid troublesome coloring procedures required for conventional TLC after development. (2) Must be upgradable for simultaneous analysis by Flame Photometric Detector for phosphorus and sulfur compounds identification. (3) The instrument must be PC-compatible, so as to acquire chromatograms easily. (4) Must have good quantification power and good reproducibility. (5) Must be designed for simultaneous development and detection of components on 10 TLC rods (equivalent to Chromrods of Iatron Laboratories) mounted on one rod holder. (6) Must have measuring time for one sample < 60 seconds. (7) Must have TLC rods (equivalent to Chromrods of Iatron Laboratories) which can be used repeatedly. (8) Must be scientifically proven that the instrument has been successfully used for triglyceride analysis. (9) System must include all components necessary to perform analysis. (10) Must include installation and provide training on operation during instrument installation. 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. 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. 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 (Provide with Quote); and FAR 52.222-22, 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. DOCUMENTS INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a quotation on company letterhead detailing the item description, unit price, and extended price of each CLIN; 2) descriptive literature, brochures; 3) at least 3 to 5 references for the proposed equipment. References must have received the proposed equipment within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the product quoted; 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.acqnet.gov/far. DELIVERY TO: USDA-ARS, NCAUR, Peoria, IL 61604. QUOTATION PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before 30 days after award, however, each offeror shall include their proposed delivery schedule as part of their quotation. FAR 52.212.-2 EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are 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. 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 those documents related to this procurement. Furnish quotations to Norma R. Cremeens, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., August 8, 2003. Quotations and other requested documents 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, MWA, 1815 N. University Street, Peoria, IL
Zip Code: 61603-3999
Country: USA
 
Record
SN00389623-W 20030803/030801213308 (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.