Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2007 FBO #2118
SOLICITATION NOTICE

66 -- Combustion Protein Analyzer

Notice Date
9/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Food Safety and Inspection Service, Procurement Management Branch, 5601 Sunnyside Avenue, Mail drop 5230, Beltsville, MD, 20705, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
125465
 
Response Due
9/24/2007
 
Archive Date
10/9/2007
 
Description
USDA, Food Safety and Inspection Service (FSIS) has a requirement to purchase one (1) Combustion-Protein Analyzer. This notice 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, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. The NAICS Code and the small business size standard for this procurement are 334516/500 employees respectively. The offeror shall state in their offer their size status for this procurement. The FSIS Eastern Laboratory performs regulatory testing of meat, poultry, and egg products for the presence of chemical contaminants (drugs and environmental contaminants), and for compliance with the established regulations or adulterations. Such testing includes testing for % total protein in order to calculate Moisture-Protein ratios, % added water, % added substances, % protein fat-free, etc. The objective of the purchase of the Combustion-Protein Analyzer is to replace the current instruments. The current instruments would then be marked as the back-ups allowing the newer instrument to become the primary. The Eastern Laboratory is an ISO17025 accredited laboratory which requires certain methods always maintain back-up instrumentation. Minimum Requirements 1. Combustion protein analyzer must include: a. Auto-sampler w/ at least 49-sample runs, b. Horizontal sample introduction, c. Horizontal furnace, d. Capable of analyzing samples up to 1.2 grams, e. Sample containers/boats should hold bulky samples such as 1 gram of jerky, dry sausages, liquid samples, etc), f. Nitrogen analytical range of 0.03-300mg {Capability to automatically analyze samples w/ a big range of protein e. g, from 0.2 to 78+% protein with the same method, same calibration curve, and in the same run w/o changing parameters.}, g. Precision of at least 1 sigma 0.01; RSD 0.3%, h. Analysis time 4-5 min./sample, i. Low consumption of chemical reagents e.g. at least 500-600 analysis before reagents need to changed. 2. Software must have: a. The system software must be capable of (1) importing sample identifiers and weight values in an ASCII-compatible comma-separated text file, from a 3-1/2 inch floppy disk and (2) exporting sample identifiers and result nitrogen values in an ASCII-compatible comma-separated text file, to a 3-1/2 inch floppy disk. This is necessary to meet the data compatibility requirements of the Moisture-Protein-Fat Application and the laboratory Information Management System b. capability of controlling instrument (Leco-2000) , c. data acquisition, processing, and security control, d. ability to store data and results in a format which can be exported to a LIMS system as well as LIMS external connectivity, e. ability to meet requirements of Section 508 of the Rehabilitation Act, f. the ability to display, store and recall data for every sample analyzed, g. data display and reprocessing, w/o having to re-run the samples. 3. Service Plan: a. Telephone technical assistance will be available b. response and repair work will be completed within three to five working days c. at least 6 month warranty on parts 4. On-site installation and training for three analysts. 5. Instrument purchased should be compatible with the existing equipment, the Leco-2000 Nitrogen combustion system as each piece of equipment will serve as backup to each other. 6. Note: Offers will be accepted for refurbished equipment that meets our minimum specifications as listed above. All responsible sources may submit an offer which shall be considered by the agency. Location of where equipment is to be delivered is Athens, GA. Delivery is required within 30 days after contract award. Offers for the items(s) described above are due by September 24, 2007, no later than 10:00 AM Eastern Standard Time, to USDA, FSIS, Administrative Services Division, ATTN: Megan Robey, 5601 Sunnyside Avenue, Maildrop 5230, Room 2-L188B, Beltsville, MD 20705-5230 and must include, solicitation number, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), DUNS Number, identification of any special commercial terms, and be signed by an authorized company representative. Offers sent via email will also be accepted. Offerors shall provide the information required by FAR 52.212-1 (SEPT 2006), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (AUG 2007), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.225-1, FAR 52.225-13, and FAR 52.232-33. The FAR may be obtained via the Internet at http://www.acqnet.gov/far/. All contractual and technical questions must be in writing (e-mail or fax) to Megan Robey not later than September 17, 2007. E-mail address is Megan.Robey@fsis.usda.gov . Fax number is 301-504-4276. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. If offerors are not registered via the ORCA website at http://orca.bpn.gov, offerors shall complete and return a copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2007) with their offer. These representations and certifications will be incorporated by reference in any resultant contract. It is the offeror's responsibility to monitor the internet site for the release of solicitation amendments (if any).
 
Place of Performance
Address: 950 College Station Road, Athens, GA
Zip Code: 30605
Country: UNITED STATES
 
Record
SN01403743-W 20070914/070913071934 (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.