Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2004 FBO #0963
SOLICITATION NOTICE

66 -- Mass Spectrometer

Notice Date
7/14/2004
 
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-033-4384-04
 
Response Due
8/2/2004
 
Archive Date
8/17/2004
 
Point of Contact
Patricia Jones, Procurement Technician, Phone 706-546-3533, Fax 706-546-3444, - Alan Moore, Contract Specialist, Phone 706-546-3530, Fax 706-546-3444,
 
E-Mail Address
pljones@saa.ars.usda.gov, amoore@saa.ars.usda.gov
 
Description
(i) 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; prices are being requested and a written solicitation will not be issued. (ii) This solicitation number RFQ-033-4384-04 is issued as a request for quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24. (iv) This procurement is unrestricted. The NAICS code is 334516. The small business size standard is 500 employees. (v) CLIN 1, Mass Spectrometer, 1 each; CLIN 2, Mass Spectrometer Installation (including any necessary modifications), 1 LS. (vi) GV Instruments GV2003 IRMS or equal. Salient characteristics follow. The mass spectrometer hardware must be fully compatible with the existing Vario Max C/N Elementar Analyzer hardware and fully integrate with the Elementar software. It must be guaranteed by Elementar to operate sequentially with the Elementar Analyzer and must not void the warranty on the existing Elementar Analyzer. Installation shall include all necessary modifications (without additional costs to the Government) to the Elementar Analyzer to accommodate the mass spectrometer. The mass spectrometer instrument must meet the following minimum specifications. (1) Item must be capable of analyzing 15N and 13C contents (standard deviations of less than 0.2 and 0.1 delta units, respectively in plant, soil, and water samples. (2) It must contain 3 fixed Faraday bucket collectors. Mass alignment is automatic through voltage adjustment. (3) It must be a 200-mm radius 90 degree permanent magnet analyzer constructed in stainless steel. (4) The vacuum system consists of a 250 l/s Turbomolecular pump backed up by a two-stage rotary pump. External vacuum gauges must be provided and connected to vacuum system. (5) There must be a dual inlet system for sequentially measuring a reference gas before every sample analysis, and two reference gases can be connected simultaneously. (6) It must be capable of diluting sample gases from ten to 100 percent before entry into the analyzer. Dilutions must be controlled through the software. (7) Personnel must have access to valves when automatic sequences are not in operation. (8) All data collected must be stored in the computer along side all method parameters. (9) Due to lab space limitations, instrument shall be less than 15 inches wide and less than 30 inches high. (10) The instrument must operate from a 115v power socket. The vendor must provide eight-hour, on-site training on analyzing plant, soil, and water samples for 15N and 13C contents. Installation shall include all labor, material, supplies, connections, modifications and other work required to make the unit completely functional at the end of the installation.(vii) Delivery shall be FOB Destination, USDA ARS Sugarcane Field Station, 12990 U. S. Highway 441, Canal Point, FL, 33438, within 180 days of contract award. Inside delivery and setup are required. Acceptance shall be made at destination. The government reserves the right to inspect equipment for 30 days after delivery, installation, and training before making final acceptance. If actual acceptance is made within this 30-day period, the government will notify the contractor of that acceptance and direct the contractor to submit an invoice for payment. If notice of actual acceptance is not provided within 30 days (1) the Contracting Officer will provide notice of rejection of equipment (including the justification for its rejection) or (2) the 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. The inspection may include multiple full operational tests to confirm compliance with all specifications. (viii) The provision 52.212-1, Instruction to Offerors - Commercial, applies to this acquisition. NOTE: Since this is a combined synopsis/solicitation and no written solicitation will be issued, please disregard references to the SF 1449 in this provision; other instructions still apply. (ix) The contracting officer will make award based on price and price-related factors. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror/Representations and Certifications - Commercial Items, with its proposal. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following terms and conditions are added as an addendum to this clause: AGAR Clause 452.211-70 Brand Name or Equal (NOV 1996) (download from http://www.usda.gov/procurement/policy/agar_x/subchaph.html#21170). (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses cited in 52.212-5, which are to be indicated by the contracting officer as incorporated by reference, are applicable to this acquisition: 52.203-6; 52.219-8; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-3; 52.225-13; 52.225-15. (xiii) The contractor 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 rights 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 its response. (xiv) Responses are due by 4:00 pm local time, Monday, August 2, 2004, at USDA Agricultural Research Service, SAA APPO, 950 College Station Road, Athens, GA 30605-2720 (or P. O. Box 5677, Athens, GA 30604-5677). (xvi) Point of contact for this acquisition is Pat Jones, Procurement Technician, (706) 546-3533, fax (706) 546-3444. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (14-JUL-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. 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-033-4384-04/listing.html)
 
Place of Performance
Address: USDA ARS Sugarcane Field Station, 12990 U. S. Highway 441, Canal Point, FL
Zip Code: 33438
Country: USA
 
Record
SN00621217-F 20040716/040714213627 (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.