Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2009 FBO #2797
SOLICITATION NOTICE

66 -- Differential Scanning Calorimeter

Notice Date
7/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, Illinois, 61604
 
ZIP Code
61604
 
Solicitation Number
AG-51LA-S-09-0004
 
Archive Date
8/19/2009
 
Point of Contact
Sofia M Basso, Phone: 309-681-6481, Sofia M Basso, Phone: 309-681-6481
 
E-Mail Address
sofia.basso@ars.usda.gov, sofia.basso@ars.usda.gov
(sofia.basso@ars.usda.gov, sofia.basso@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.8 as supplemented with additional information included in this notice. The announcement constitutes the only solicitation, quotes are being requested and written solicitation will not be issued. Solicitation Number AG-51LA-S-09-0004 is issued as a request for quote (RFQ). Award will be made to a small business provided that a minimum of two competitive offers are received from small business, award will be made on the basis of full and open competition from among all responsible business concerns submitting offers. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circullar 01-09. NAICS Code 334519 and business size 500 employees. The USDA, Agricultural Research Service, NCAUR, Peoria, IL 61604 has a requirement for Differential Scanning Calorimeter. Minimum Specification Required: Minimum Specifications for Differential Scanning Calorimeter. We have the need for a differential scanning calorimeter with the following capabilities and accessories:1. Specifications: a. Temperature range -90 to 550C b. Calorimetric reproducibility: 0.05% c. Calorimetric precision: 0.05% d. Dynamic measurement range: -500 to +500mW e. Baseline curvature (-50C to 300C): 10μW f. Baseline reproducibility: 10 μW g. Sensitivity: 0.2 μW h. Indium heigh/width ratio (mW/C using Nitrogen atmosphere): 60 2. Modulated Temperature DSC Capabilities over the entire temperature operating range and must be capable of performing these experiments in heating, cooling, or pseudo-isothermal modes (pseudo-isothermal is defined as an average isothermal temperature with superimposed modulation). 3. Robotic autosampler containing at least 35 sample positions. 4. Refrigerated cooling system capable of -90C (not liquid nitrogen) 5. Pan press with various pan material options 6. Automated calibration 7. helium regulator 8. balance capable of weighing to an accuracy of ±0.1 mg 9. gas dryer 10. software to run the instrument and to interpret data 11. installation and training The following FAR clauses and provisions apply and are available on http://www.arnet.gov/far/. FAR 52.212-1, Instructions to Offerors - Commercial; FAR 52.212-2 Evaluation Commercial Items, Evaluation Factors for award: Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. Factors that will be considered are technical capability, past performance and price. Technical capabilities are significantly more important than price. Failure to provide the information relative to each evaluation factor may render offer non-responsive. 1) Technical Capability will be based on product literature, technical features, and warranty provisions. Each offeror is required to submit descriptive literature, or other documentation, manufacturer or brand name and model of the item, and show how the offered product meets or exceeds the requirements as specified in the specifications. 2) Past Performance information under previous contracts will be evaluated to determine the contractor's history as it relates to customer satisfaction and standards of good workmanship. 3) Price: Price includes all equipment, accessories, software, software licensing (if applicable), training, warranty costs, discount terms, installation and transportation costs. Technical capability and past performance are significantly more important than price. Evaluation is based on best value including cost and ability to meet stated requirements above. Offerors shall submit descriptive literature, technical capabilities and warranty data. Technical acceptability will be determined solely on the content and merit of the information submitted response to this provision as it compares to the minimum characteristics provided above. Therefore it is essential that offerors provide sufficient technical literature, documentation, etc. in order for the Government evaluation team to make an adequate technical assessment of the quote as meeting technical acceptability. Offerors shall include a completed copy of the provision FAR 52.212-3 with their proposal. FAR 52.212-3 Offeror/Representation and Certifications-Commercial Items applies to this acquisition, FAR 52.212-4 Contract Terms and Conditions Commercial Items applies to this acquisitions, FAR 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive Orders Commercial Items, also applies to this acquisition, with the following clauses from (b) applicable to this acquisition: FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-1; FAR 52.225-3; FAR 52.225-13, FAR 52.225-15; FAR 52.232-34; and FAR 52.232-36. The following additional FAR clauses cited in the clause are applicable to this acquisition: FAR 52.214.21 Descriptive Literature applies to this acquisition. 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 Governments rights under the Inspection clause nor does it limit the Governments right with regard to the other terms and conditions of this contract. Any amendment and documents related to this procurement will be available electronically at the internet site: http://www.eps.gov. Potential offerors will be responsible for downloading their own copy of the document (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. All responsible sources may submit a quotation which will be considered by the agency. SUBMIT QUOTATION TO: Sofia M. Basso, USDA-ARS-NCAUR, 1815 N. University St., Peoria, IL 61604, no later than 2:00 p.m. Central Time, August 4, 2009. Period of Acceptance of Offers is 90 days from the date specified for receipt of offers. Additional information may be obtained by contacting the Purchasing Agent at (309) 681-6481.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-51LA-S-09-0004/listing.html)
 
Place of Performance
Address: USDA-ARS-NCAUR, 1815 N. University St., Peoria, Illinois, 61604, United States
Zip Code: 61604
 
Record
SN01883496-W 20090724/090722235304-b4634b932c5691291d9783cc3696a2a4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.