Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2005 FBO #1161
SOLICITATION NOTICE

66 -- X-Ray Fluorescene Spectrometer

Notice Date
8/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Beltsville Area, P&CS, 10300 Baltimore Ave. Bldg. 003, Rm. 329, BARC-West, Beltsville, MD, 20705
 
ZIP Code
20705
 
Solicitation Number
08-3k47-04
 
Response Due
8/20/2004
 
Point of Contact
Michael Wesley, Contract Specialist, Phone 301/504-6071, Fax 301/504-5009, - Michael Wesley, Contract Specialist, Phone 301/504-6071, Fax 301/504-5009,
 
E-Mail Address
wesleym@ba.ars.usda.gov, wesleym@ba.ars.usda.gov
 
Description
This is a combined synopsis/solicitation for commercial item prepared in accordance with 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 08-3k47-04, is issued as a Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 01-24. USDA, ARS, BARC has an requirement for an X-ray fluorescence spectrometer for use in the analysis of solid and liquid manure, soils, plants, and their liquid extracts by Energy Dispersive X-ray fluorescence (ED-XRF). ED-XRF must allow for the macro analysis of multiple elements while leaving the sample intact for further chemical and microanalysis. The NAICS Code is 334516 with a small business standard of 500 employees. The Government intends to award on a sole source basis to Spectro Analytical Instruments, Inc. pursuant to FAR Subpart 6.3. Inside delivery is required to FOB destination to the Beltsville Agricultural Research Center, Beltsville, Maryland, 20705-2350, within 180 days of award. Inspection and Acceptance will be performed at Building 306 BARC-East Beltsville, Maryland. The analyzer must meet the following minimum criteria: Line item 01 Limits of detection: P: 20 ppm or lower, Al, Fe, K: 30 ppm or lower, Ca: 15 ppm or lower, Mg: 50 ppm or lower, Na: 100 ppm or lower and limits of detection less than one (1) ppm for trace elements of atomic number higher than above elements in soil, plant, and manure samples with minimal preparation. Critical user-specific analyses must include phosphorus, magnesium, aluminum, iron, and calcium in liquid and/or solid manure, soils, and plants, and their liquid extracts. The accuracy of the analytical results are of critical importance in the environmental phosphorus fate research in the Animal Manure and By-Products Laboratory. Line item 02 Instrument Specifications: The analyzer must have automated multi-sample analysis capabilities, sample size (sample cell) of 10 square mm or greater for larger sample analysis and a sample chamber operable under conditions to improve low energy fluorescent X-ray performance i.e. Vacuum or inert gas purging. The analyzer must have an excitation X-ray source of 400 watts or greater and fluorescent X-ray detection optimized for measurements at the specifications above, with a low thermal loading of liquid and solid samples. Line item 03 The analyzer must have automated individual sample matrix correction and background noise minimization to compensate for irregularities found in manure suspensions, manure solids, soil and plant samples for enhanced analytical sensitivity. Control software must be able to operate under Windows TM 2000 or XP and produce user-accessible files of spectral data in text file format. Line item 04 The analyzer must be supplied with a one-year or longer warranty on parts and labor and must also include installation, on-site start-up assistance, and training supplied by factory-trained personnel. Line item 05 Because screening analysis of manure and soils are to be performed, all the matrix effects must be taken into account. The method utilized must be the polarized X-ray radiation for exciting the elements in the sample in addition to the fundamental parameters method. Due to the strength of the polarization automatic matrix correction based on Compton backscattering using a molybdenum (Mo) secondary target is necessary. Because heterogeneity of manure suspensions is a common occurrence in research samples, automatic individualized matrix correction and background noise minimization are critically necessary to compensate for matrix irregularities inherent to liquid manure suspensions, manure solids, and ground soil amended with manures to provide enhanced analytical sensitivity. The following FAR clauses and provisions apply: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation Commercial Items.Award to a technically acceptable offeror, at a fair and reasonable price; The following factors shall be used to evaluate offers in order of importance: 1. price 2. technical capability of the item and 3. past performance . FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions-Commercial Items. The following FAR clauses in paragraph (b) of FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues of Executive Orders-Commercial Items, will apply to the resultant contract: 52.203-6, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225.1, 52.225-3, 52.225-4, 52.225-13, and 52.232-34. 52.222-38 COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING REQUIREMENTS. (a) The offeror represents that if it is subject to the reporting requirements of 38 U.S.C. 4212(d) (i.e., the VETS-100 report required by FAR clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has [ ],has not [ ], submitted the most recent report required by 38 U.S.C. 4212 (d). (b) An offeror who checks “has not” may not be awarded a contract until the required report is filed. The following two clauses apply to CCR Database Registration: 52.204-7 Central Contractor Registration, Alternate 1, 52-232-33 Payment by Electronic Funds Transfer CCR. Section 508 Accessibility Compliance Clause: All Electronic and Information Technology (EIT) procured through this contract must meet the applicable accessibility standards at 36 CFR 1194. Viewable at http: www.access.board.gov/sec508/508standards.htm -PART 1194. The following standards have been determined to be applicable to this contract: 1194.21 Software applications and operating systems. “The contractor must denote in the schedule whether each product or service is compliant or non compliant with the accessibility standards at 36 CFR 1194.21. For each line item that is compliant the contractor shall provide evidence or verification of compliance. The quotation must indicate where full details of compliance can be found (e.g. schedule attachment, vendor’s website or other readily available location).” CONTRACT PAYMENTS (MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER) EFT compliance with 31 CFR 208. To facilitate EFT for contract payments, FAR clause 52.232-35 requires the submission of information by the contractor to the payment office. Upon award, the contractor shall contact the Miscellaneous Payments Section at the National Finance Center (NFC) to initiate the enrollment process of the Vendor Express Program (VXP), for payment under EFT. NFC can be reached at 1-800-421-0323 or at www.nfc.usda.gov. Please Note: Upon award, the contractor must be registered in the Central Contractor Database System. The contractor’s DUN’S number will be used to verify registration in the Database system. Furthermore, all offerors must include a completed copy of FAR 52.212-3 (Representations and Certifications) and 52.222-38 (Compliance with Veterans Employment Reporting Requirements) with their response. Fax quotations are acceptable to Michael Wesley (301) 504-5009 on or before August 20, 2004 by 4:30 p.m. (EST). All responsible sources may submit a quotation, which will be considered by the agency. Responses shall include literature, brochures and other such information in order to determine the ability to meet the above stated capabilities. It’s the contractor job to check the Internet site for any posted changes to the solicitation. A firm fixed price contract will be awarded to the responsible firm with a quote that’s most advantageous to the government considering price and price-related factors. The anticipated award date is August 25, 2004. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (04-AUG-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 28-JAN-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/ARS/PaCS/08-3k47-04/listing.html)
 
Place of Performance
Address: USDA,ARS Beltsville, Maryland
Zip Code: 20705-2350
Country: USA
 
Record
SN00742469-F 20050130/050128214056 (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.