Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2006 FBO #1657
SOLICITATION NOTICE

66 -- Diode-Array Spectrometer Module

Notice Date
6/8/2006
 
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
5114-6-0012
 
Response Due
6/22/2006
 
Archive Date
9/30/2006
 
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; quotes are being requested and a written solicitation will not be issued. Solicitation No. 5114-6-0012 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. 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, ARS, MWA, Madison, WI, has a requirement/need for a diode-array spectrometer module with a thermoelectrically controlled cooling unit that is "Brand Name or Equal" to the Zeiss Near Infrared (NIR) Model 611 NIR 1.7 HR. The minimum of 256 diodes with a spectral range of 960-1690 nm and a minimum pixel resolution of 3.0 nm. Spectrometer must be 16-bit ADC compatible and have fiber optic cables that are SMA compatible. All accessories (items 2 through 13) must be compatible with Zeiss Model 611 NIR or equivalent to allow reflectance (items 6 through 9) or transmission (items 10 and 11) measurements in the specified NIR range. Software (items 12 and 13) must provide drivers and functionality for both the Zeiss MCS 600 series spectrometers or equivalent and GRAM/AI version spectroscopy software. This laboratory equipment will be used as a part of a collaborative project with colleagues in Italy to investigate the accuracy and application of rapid analysis of undried and unground feeds to formulate daily animal rations immediately before feeding (NIR reflectance mode). The spectrometer and transmission mode accessories will be used to evaluate the use of NIR for measuring end products and residues from microbial fermentation of forages and other feed ingredients. THE FOLLOWING LINE ITEMS INCLUDE SALIENT CHARACTERISTICS. The equipment offered must meet or exceed these requirements. CLIN 01 - "Brand Name or Equal" to Zeiss model MCS 611 NIR 1.7 HR Spectrometer or equal. Diode-array spectral sensor with a spectral range of 960-1690 nm and a minimum pixel resolution of 3.0 nm. Must be usable with interchangeable detector modules that are processor controlled to provide diagnostics and automatic detector identification (1 each). CLIN 02 - "Brand Name or Equal" to Zeiss CLH 600 Light Source with one SMA fiber connector and an integrated shutter. Halogen 10W lamp with spectral range of 360-2400 nm. Processor controlled to stabilize power output of the lamp and enhance signal:noise ratio (1 each). CLIN 03 - 19" Rack for MCS600 with Ethernet connector. Chassis compatible with MCS 611 spectral sensor and CLH 600 light source with Ethernet connection for computer interface (1 each). CLIN 04 - "Brand Name or Equal" to Zeiss SVS 600 OMK/OFR power source. USA compatible power source for MCS 600 spectral sensors (1 each). CLIN 05 - Power Cable NEMA 5/15. USA compatible power cable for SVS 600 power source (1 each). CLIN 06 - "Brand Name or Equal" to Zeiss OMK 500-H NIR Reflection head. A reflection measuring head with integrated halogen lamp for the measurement of diffuse reflections compatible with the MSC 611 spectral sensor. An optical system provides sample illumination at 0̊ (normal to the sample) in a quasiparallel beam. 15 individual optical fibers are uniformly arranged in a ring for sample observation at 45̊. The fibers are bundled and connected to the spectrometer through a fiber optic connector (1 each). CLIN 07 - "Brand Name or Equal" to Zeiss SMA-Zeiss OFR fiber optic cable 1.8m for connecting the OMK 500-H reflection head to the MCS 611 spectral sensor (1 each). CLIN 08 - TURNSTEP. Automatic rotary turntable accessory for the MSC 611 that turns petri dishes of diverse dimensions containing undried, unground materials at varying speeds for the NIR reflectance measurement of samples (1 each). CLIN 09 - Petri Dish Steriplan 30X200mm. Petri dish compatible with the Turnstep rotary table with capacity for unground materials and spectral properties that do not interfere with NIR reflectance measurements (6 each). CLIN 10 - NIR FO cable for Cuvette Holder. NIR compatible fiber optic cables for connecting the cuvette holder accessory to the MSC 611 spectral sensor. Two cables are necessary of proper function of the cuvette holder (2 each). CLIN 11 - Cuvette Holder. External cuvette cell holder used when spectrometer is some distance from the spectral sensor. Must be compatible with modular MSC 611 system for measure NIR transmission through liquid samples. Can accommodate cell with variable light path lengths (1 each). CLIN 12 - CORA software with MCS600 compatible scanning and prediction modules. CORA is a software program package specially designed for the requirements of agriculture analysis and includes data security, data base administration, and spectral information management. Must integrate with MCS 611 spectral sensing system to collect spectral information needed for chemometric calibration and routine analysis predictions (1 each). CLIN 13 - GRAMS/AI MCS 600 compatible Device Driver. Devise driver software for MCS 611 spectral sensing system for use with GRAMS/AI version 7 spectroscopy software (1 each). 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 QUOTE: Failure to demonstrate compliance will be cause to reject the quote 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.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: 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); 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; 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 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; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer -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.acquisition.gov/comp/far/loadmainre.html. SHIPPING: FOB Destination. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per CLIN, and total price; 2) descriptive literature, brochures, information on service and support; 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 if possible include the email address of the person to be contacted; and 4) 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.acquisition.gov/comp/far/loadmainre.html. DELIVERY TO: USDA-ARS, Madison, WI. QUOTE 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 quote. 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. Award will be made based on overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS - 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 Quote shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated against the salient characteristics and minimum requirements. B) Warranty. C) Delivery. 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.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Quotes to Georgetta Stonewall, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., June 22, 2006. Quotes 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) 681-6624 or email below.
 
Place of Performance
Address: USDA, ARS, Dairy Forage Research Center, 1925 Linden Drive West, Madison, WI
Zip Code: 53706
Country: USA
 
Record
SN01065631-W 20060610/060608221802 (fbodaily.com)
 
Source
FedBizOpps 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.