Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
SOLICITATION NOTICE

W -- Lease of Automated Discrete Analyzer - Commercial Item Clauses

Notice Date
3/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Southern Plains Area, Area Office, 1001 Holleman Drive East, College Station, Texas, 77840, United States
 
ZIP Code
77840
 
Solicitation Number
AG-7MN1-S-10-AA06
 
Point of Contact
Michael A. Douglas, Phone: (979) 260-9480
 
E-Mail Address
michael.douglas@ars.usda.gov
(michael.douglas@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Commercial Item Clauses and Provisions 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-7MN1-S-10-AA06 and is issued as a request for quotation (RFQ). This solicitation is a small business set-aside. The NAICS is 334516, business size is 500 employees. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-38. The USDA, Agricultural Research Service, Kika de la Garza Subtropical Agricultural Research Laboratory, Weslaco, Texas has need to lease with option to purchase an Automated Discrete Analyzer. The following will detail the specific requirements. Purpose The automated discrete analyzer will be used to automate and standardize various chemical tests we run on soil and plant materials. These assays currently require an enormous amount of technician time and throughput is impeded by the necessity to stop and regenerate enough glassware to continue our "macro" methods. The equipment will also allow miniaturization of the assays for nitrate, ammonium, and phosphate that will greatly reduce the amount of chemical waste produced from the methods currently used. Technician time devoted to those assays will also be greatly reduced, and reproducibility of results will also improve. In addition, the equipment eliminates the currently used Kjeldahl method which is hazardous. Technical specifications for an automated discrete analyzer: (1) detect ammonium, nitrate, nitrite, and ortho-phospate in diverse soil and plant extract matrices. (2) quantify analytes with at least low ppm concentrations. (3) operate over a wide dynamic range (wide linear response). (4) automatically detect over-range samples, dilute, and re-run. (5) utilize microliter amounts of reagents (minimizing wastes). (6) utilize non-hazardous reagents where feasible. (7) generate auditable calibrations; generate reports in Excel, text, and common LIMS formats. (8) allow development of novel analyses. (9) user-friendly software for calibration, monitoring sample processing, and troubleshooting malfunctions. (10) minimize cost of consumables. (11) operate reliably with minimal intervention. (12) Maintenance Agreement. (13) Delivery, set-up and training. Period of Performance: Base Year: April 1, 2010 through March 31, 2011 Option Year 1: April 1, 2011 through March 31, 2012 Option Year 2: April 1, 2012 through March 31, 2013 Option Year 3: April 1, 2013 through March 31, 2014 Purchase price at the end of lease. Please price the base and option years as separate line items. The Government prefers to pay quarterly in arrears but monthly is acceptable, please specify in your proposal. Please include maintenance agreement in the price of the lease. Contractor shall furnish, deliver and set-up the Automated Discrete Analyzer to the USDA, ARS, Kika de la Garza Subtropical Agricultural Research Laboratory, 2413 East Business Highway 83, Weslaco, Texas 78596. Include literature sufficient to determine conformance of the instrument to meet or exceed the technical requirements. Each offeror shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. In order to be considered for award offerors shall provide a quotation on company letterhead and include with the bid schedule detailing the unit pricing and references for the proposed item. References must have received the proposed item within the last three calendar years (Government references preferred but will accept commercial references) shall also be provided for the item quoted. The following clauses and provisions apply to this acquisition. 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 applies, with the following clauses 52.217-5, Evaluation of Option; 52.217-9 Option to Extend the Term of the Contract; 52.222-3, Convict Labor; 52.233, Protest after award, and FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33,Payment by Electronic Funds Transfer - Central Contractor Registration; applicable to this acquisition; FAR 52.207-5 Option to purchase equipment; FAR 52.217-9 Option to Extend the Term of the Contract: FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement; (ii) past performance; and (iii) price (based on F.O.B. Destination), where Technical and past performance, when combined, are equally important when compared to price. Offerors shall include a completed copy of the provision at; FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://acquisition.gov/far/index.html. Contractors intending to conduct business with the Federal Government MUST register with the Central Contractor Registration (CCR) database prior to award. The CCR is the primary Government repository, which retains information on Government contractors. You may register online at www.ccr.gov or by calling (866) 606-8220 or (334) 206-7828. 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 these documents (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. Furnish quotations to Michael Douglas, Contracting Officer, no later than COB 4:30p.m., December 21, 2009. Quotations must be received in writing via facsimile, Email or mail to the contacts listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SPAO/AG-7MN1-S-10-AA06/listing.html)
 
Place of Performance
Address: USDA, ARS, Kika de la Garza Subtropical Agricultural Research Laboratory, 2413 East Business Highway 83, Weslaco, Texas, 78596, United States
Zip Code: 78596
 
Record
SN02080148-W 20100304/100302234630-3e0bd684df6321b5faa6c4575596b73e (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.