Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2004 FBO #0955
SOLICITATION NOTICE

66 -- Rheometer

Notice Date
7/6/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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-026-4384-04
 
Response Due
7/23/2004
 
Archive Date
8/7/2004
 
Point of Contact
Elaine Wood, Contract Specialist, Phone 706-546-3534, Fax 706-546-3444,
 
E-Mail Address
woode@saa.ars.usda.gov
 
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-026-4384-04 is issued as a request for quotation and incorporates provisions and clauses that is in effect through FAC 01-23. This procurement is unrestricted. USDA, ARS has a requirement for one controlled stress rheometer (RM) name brand or equal to a TA Instruments AR2000. This rheometer will be used in the Citrus & Subtropical Products Laboratory, Winter Haven, FL. Minimum requirements of this equipment are: 1. RM to be controlled stress and be capable of running in controlled shear rate or strain mode and operating in oscillation, flow or creep mode. 2. The RM made on a one-piece frame for stability. Compliance of system is measurable to < 0.75 ?m/N. 3. RM electronics is in a separate box to minimize interferences. 4. Normal/axial force range to be 0.005 to 50 N. Normal force control allows user to specify max gap change during testing. 5. RM to have a torque range of 0.1 ?N.m to 200 mN.m in controlled stress and 0.03 ?N.m to 200 mN.m in controlled rate. RM capable of performing single cycle oscillation runs over entire torque range. 6. RM to have two radial and one thrust bearings to reduce friction. 7. RM to employ an air cooled drag cup motor design. RM inertia (no geometry, software calib.) is no more than 15 ?n.m.s2 . 8. RM to calibrate inertia geometry in 0.5 min. 9. RM to have an angular velocity of 10-8 to 300 rad/s in controlled stress and 10-4 to 300 rad/s in controlled rate. 10. RM to have a frequency range of 1.2 E-7 to 100 Hz in oscillation. 11. Time to stabilize in controlled shear rate or strain mode in air (no sample) at 0.1 rad/s to 1% of stability is 0.03 s and at 100 rad/s to 1% of stability is 0.07 s; oil values at 0.1 rad/s to 1% of stability is 0.02 s and at 10 rad/s to 1% of stability is 0.025 s. 12. Min displacement resolution is no more than 0.04 ?rad. 13. Normal force transducer insulated and in base to control gap. 14. RM has geometry of parallel plates for continuously flowing liquids from 0.01 to 2.0 ml/min and has 2 additional geometries and a Peltier plate. Software (SW) specs: 15. SW to be capable of reporting both phase and raw phase in oscillation runs in Windows OS. SW displays the oscillation waveforms real-time and stores the waveform for each data point for later retrieval and verification. Number of data points in waveform are user defined. SW report sample and instrument torque. Time/temp superposition, MW, interconversion and MWD are in SW and accept user-defined models. QUOTATION REQUIREMENTS: In order to be considered for award offerors shall provide a quotation on company letterhead detailing the unit pricing and include at least three references for the product quoted. References must have received the proposed equipment within the last three calendar years (Government references preferred but will accept commercial references). Descriptive literature in duplicate must be submitted with the quotation. All offers must include a completed copy of FAR 52.212-3 available at www.arnet.gov/far. EVALUATION FACTORS: in the relative order of importance are 1. technical capability of the item offered to meet the Government requirement; 2. past performance and 3. price (based on FOB destination), where technical and past performance are significantly more important than price. ACCEPTANCE: The government reserves the right to inspect equipment for 30 days after delivery and installation before making final acceptance. If actual acceptance is made within this 30 day period, the government will notify the contractor to submit an invoice for payment. If notice of actual acceptance is not provided within 30 days 1) the government will provide notice of rejection of equipment (including justification for rejection) or 2) contractor may assume constructive acceptance and submit an invoice. In the event the equipment is rejected, the contractor shall make all arrangements and bear all costs for removal of the equipment from the government facility. 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. Company receiving award must be registered in the Central Contractor Data Base at www.ccr.gov 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, July 23, 2004 . 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.
 
Place of Performance
Address: USDA ARS, 600 Avenue S, NW, Winter Haven, FL
Zip Code: 33881
Country: USA
 
Record
SN00615382-W 20040708/040706211549 (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.