Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2009 FBO #2948
SOLICITATION NOTICE

66 -- Oxidative Stability Analyzer

Notice Date
12/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area, Area Office, 1815 N. University Street, Peoria, Illinois, 61604, United States
 
ZIP Code
61604
 
Solicitation Number
AG-51LA-S-10-0001
 
Archive Date
1/30/2010
 
Point of Contact
Sofia M Basso, Phone: 309-681-6481
 
E-Mail Address
sofia.basso@ars.usda.gov
(sofia.basso@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Agriculture, Agricultural Research Service, MWA, NCAUR, has a requirement for the supplies listed below. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR Part 13. 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-51LA-S-10-0001. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36. The associated North American Industry Classification System (NAICS) Code is 334516- Analytical Laboratory Instrument Manufacturing, The Agricultural Research Service, MWA, NCAUR is soliciting for the following: Purchase a new Oxidative Stability Analyzer with the following specifications: 1. Be able to analyze biodiesel, blends of biodiesel with petrodiesel and other experiemental blends according to method EN 14112 as definied in ASTM D 6751 and method EN 15751. 2. Be able to use adapted procedures based on EN14241 and 15751 employing different temperatures (50-220 C), air streams (7-25L/hr), and integrations. 3. Use consummables interchangeable with Rancimat 873 including tubes, reaction vessels, tubing and measurement cells. 4. Be expandable up to 32 reaction vessels run individually. 5. Be software driven with data analysis and file storage capability. 6. Additional requirements: a. RS232 Connectivity b. Instrument completely controlled via PC c. Data Security and Database Functionality d. Curve and Temperature data saved with results e. User management with access rights f. Dual indpendently controlled heating blocks g. Individual control of each sample start time h. Conductivity measuring range from 0-400 uS/cm i. 8 Sample positions j. Compact footprint k. Built-in Air pump l. No external air source required m. Disposable reaction vessels n. GLP and validation functions o. Independent start of each vessel. Warranty: Standard warranty must be provided. Delivery/installation date. All components will be delivered within 90 days of purchase. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. Contract type: Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: A determination to compete this procurement based on a response to this notice is solely within the discretion of the Government. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. Award will be made to the party whose quote offers the Best Value to the Government, technical, price, and other factors considered. The Government may award this contract to other than the lowest price technically acceptable quote. The government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor described to "Meet or Exceed the Requirement", 2) Past Performance and 3) Price. Technical Capability and Past Performance is significantly more important than price. 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 service offered meets the Government's requirement. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Offerors shall include descriptive material, literature, brochures and other information, which demonstrates the capabilities of the offeror. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.223-15, 52.225-3, 52.225-13, and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov It is the offeror's responsibility to monitor the FedBizOpps website for any released amendments to the solicitation A standard commercial warranty on parts and workmanship is required. Offers are due by mail on or before January 15, 2010 by 2:00 pm (Central Standard Time - Local Prevailing Time in Peoria, Illinois), at USDA-ARS-MWA-NCUAR, ATTN: Sofia Basso, 1815 N. University St., Peoria, IL 61604. For information regarding this solicitation, please contact Sofia Basso, Tel # (309) 681-6481, email Sofia.Basso@ars.usda.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-51LA-S-10-0001/listing.html)
 
Place of Performance
Address: USDA-ARS-NCAUR, 1815 N. University St., Peoria, Illinois, 61604, United States
Zip Code: 61604
 
Record
SN02027379-W 20091220/091218234847-cc72e34b79317000e5400b5f71658dbd (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.