Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2007 FBO #2102
SOLICITATION NOTICE

66 -- On-Line Gas Preparation and Introduction System for Isotope Ratio Mass Spectrometry

Notice Date
8/27/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-5114-S-07-BB05
 
Response Due
9/7/2007
 
Archive Date
9/30/2007
 
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. AG-5114-S-07-BB05 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 2005-18. 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 or less. The USDA, ARS, MWA, Ames, IA, has a requirement/need for an on-line gas preparation and introduction system for isotope ratio mass spectrometry. This is an accessory for a Delta V Advantage mass spectrometer already on-site and must be equal or better than a Finnigan GasBench II. The following are the items needed and must be "Brand Name or Equal" to the Thermo Electron parts numbers given: All quantities are one each. CLIN 01 - #0722264, Gas Bench II interface and sample preparation device. CLIN 02 - #1112780, Sample tray for 96 sample vials of 10mL size each. CLIN 03 - #US SVC, Installation and training. CLIN 04 ? #1068491, Methane and nitrous oxide trace gas pre-concentration device (PreCon). CLIN 05 - #0171911, PoraPLOT Q fused silica capillary column 25 m x 0.32 mm. CLIN 06 ? 1125780, Kit for simultaneous attachment of GC PAL to PreCon and GasBench II. THE SALIENT CHARACTERISTICS: must meet or exceed these minimum requirements for the Gas Bench: (1) The unit must include a programmable autosampler, gas sampling system, maintenance free water removal system, a loop injection system, a isothermal gas chromatograph, and active open split interface, a reference gas injection system with a minimum of 3 reference ports and one or two optional liquid nitrogen traps for cyrofocusing. (2) The on-line gas preparation and introduction system must be compatible with and controlled by ISODAT software that is used with the existing Delta V Advantage mass spectrometer. (3) Unit must have the ability to be upgraded with a cryotrapping unit that enables lower detection limits on carbon dioxide, detection of nitrous oxide, methane and nitrate using is Sigman technique. (4) Instrument must include a programmable autosampler with a variety of sample trays, both 1-2 mL and 10 mL vial sizes are required. (5) Gas sampling system includes a two port needle that adds helium to the sample that dilutes and displaces the sample gas. (6) Diffusion traps are required to remove sample water. (7) Sample gas is introduced to the GC column by a loop injector. Likewise, reference gas introduction allows each sample to be properly referenced. Reference gas introduction is controlled by the ISODAT software. (8) Unit must be upgradable to a fully automated carbonate reaction kit. (9) Software operation requires complete control and automation of all interface functions for sample preparation and data acquisition. Must meet or exceed the following minimum requirements for the trace gas concentration: The unit must be "Brand name or equal" to a Finnigan PreCon. (1) Must concentrate gas in the part per million (ppm) and part per billion (ppb) ranges. (2) Unit is fully automated using the Delta V Advantage Isodat software suite on in-house mass spectrometer and perform the fully automated preparation functions. (3) Unit must be able to achieve these gas levels: Nitrous oxide at 300 ppb; Methane at 1.7 ppm. (4) Unit must cryogenically focus gasses in front of the GC column. (5) Must contain the simultaneous attachment kit, to attach the GC-PAL autosampler to the PreCon and Gas Bench II. 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 are as follows: 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, Ames, IA. 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) Installation. C) Training. (D) Delivery. E) Warranty. 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., September 7, 2007. 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, National Soil Tilth Laboratory, 2150 Pammel Drive, Ames, IA
Zip Code: 50011
Country: UNITED STATES
 
Record
SN01385903-W 20070829/070827220149 (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.