Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
SOLICITATION NOTICE

66 -- Isotope Ratio Mass Spectrometer

Notice Date
3/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, IL, 61604
 
ZIP Code
61604
 
Solicitation Number
5114-4-0004
 
Response Due
3/18/2004
 
Point of Contact
Rebecca Holzinger, Contract Administrator, Phone 309-681-6616, Fax 309-681-6683, - Georgetta Stonewall, Contract Specialist, Phone (309) 681-6624, Fax (309) 681-6683,
 
E-Mail Address
rholzinger@mwa.ars.usda.gov, gstonewall@mwa.ars.usda.gov
 
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; proposals are being requested and a written solicitation will not be issued. Solicitation Number 5114-4-0004 is being issued as a Request for Proposal (RFP). This solicitation document, and incorporated provisions and clauses are those in effect through FAC 2001-20. NAICS Code 334516, small business size standard is 500 employees. The USDA, Agricultural Research Service (ARS), U.S. Dairy Forage Research Center, Madison, Wisconsin, has a requirement/need for an Isotope Ratio Mass Spectrometer ?Brand Name or Equal? to the ThermoFinnigan Delta-Plus Advantage Mass Spectrometer and accessories. CLIN No. 1 - Mass Spectrometer; CLIN No. 2 - ConFlo-III or equivalent interface to N/C elemental analyzer; CLIN No. 3 - Training; CLIN No. 4 - 15kVA 3-phase isol. transformer 208 VAC in/230 V AC out; and CLIN No. 5 - One year full parts & labor warranty. MINIMUM SPECIFICATIONS INCLUDE: (1) Automatic sampling device; (2) ConFlo-III or equivalent interface to an Elementar Americas VarioMax N and C analyzer in use at the U.S. Dairy Forage Research Center; (3) Operator training course; (4) Mass range, 1-70 Dalton at 3kV; (5) Resolution, CNOS: m/m = 95 (10% valley) and H/D: m/m = 10 (10% valley); (6) Absolute sensitivity, 1000 molecules CO2 per mass and 44 ion at the collector with high He load; (7) Ion source linearity, 0.02 ?/nA ion current (mass 44) at 1200 molecules CO2 per mass 44 ion; (8) Typical sample consumption, 0.15 nmol/s CO2 for 10 nA signal at mass 44 (10-2 mol/As); (9) H3+ factor, smaller than 10 ppm/nA, stability better than 0.03 ppm/nA/h; (10) 15 kVA 3 phase isolation transformer, 208 VAC delta in/230 VAC line neutral out; (11) Dimensions, 87 cm (width) x 93 cm (depth) x 85 cm (height); (12) Three ion collectors for C, N, O, S isotope ratio determination; (13) 1-year full warranty (including parts and labor); (14) Provide product literature for additional application accessories for future expansion of the system. DELIVERY TO: The contractor shall perform all of equipment, set-up, required manuals and training/operations so that the Isotope Ratio Mass Spectrometer is complete and ready to use. The Isotope Ratio Mass Spectrometer 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 proposal a delivery schedule as part of their proposal. 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 PROPOSAL: In order to be considered for award Offerors shall provide 1) a proposal 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 proposed and include company name, address, phone, fax numbers, and email address, and 4) Offerors shall include a completed copy of the provision 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/loadmainre.html. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. 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), with technical capability and past performance being significantly more important than price. EVALUATION & AWARD FACTORS - ISOTOPE RATIO MASS SPECTROMETER: 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 be used to analyze isotopic enrichments for N-15 and C-13 in liquid and/or organic-matrix samples. Samples to be analyzed include: animal feed, wet and dry samples of animal digesta (taken from the rumen, omasum, abomasum and intestines), cow manure, urine, forage extracts, samples in filter bags, wet and dry samples of plant tissue, and sandy and humic soils. B) Discuss how the instrument will be interfaced with a Elementar VarioMax CN analyzer (already in use at the U.S. Dairy Forage Research Center). C) Address how the operating range of the instrument will allow functional determination of enrichments of 0.0001 atom % excess for both N-15 and C-13. D) Address how the instrument may be used to determine enrichments of the stable isotopes of H, O, and S in biological samples. E) Discuss how the instrument can be used to determine enrichment in urea doubly labeled with N-15. (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 insurance, freight or shipping, as well as any applicable duties, brokerage, or customs fees. REJECTION OF PROPOSAL: Failure to demonstrate compliance will be cause to reject the proposal without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.arnet.gov/far/loadmainre.html. 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 Proposal); FAR 52.214-21, Descriptive Literature (Provide with Proposal); FAR 52.204-7, Central Contractor Registration (All offerors must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. The website address for registration is: http://www.ccr.gov); 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 are applicable to this acquisition: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.219-6, Notice of Total Small Business Set-Aside; 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); 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration (31 U.S.C. 3332); and 52.232-36, Payment by Third party (31 U.S.C. 3332). Any amendments 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). Furnish proposals to Rebecca A. Holzinger, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00p.m., March 18, 2004. Proposals may be provided by facsimile to (309)681-6683 if desired. Additional information may be obtained by contacting the Contracting Officer at (309)681-6616 or email below.
 
Place of Performance
Address: USDA, ARS, U. S. Dairy Forage Research Center, 1925 Linden Drive West, Madison, Wisconsin
Zip Code: 53706
Country: USA
 
Record
SN00536367-W 20040306/040304221907 (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.