Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2010 FBO #3169
SOLICITATION NOTICE

66 -- Used, refurbished or demo Ion Trap Mass Spectrometer for LC - SF18

Notice Date
7/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Northern Plains Area, Roman L. Hruska U.S. Meat Animal Research Center, Bldg. 1, State Spur 18D, P.O. Box 166, Clay Center, Nebraska, 68933
 
ZIP Code
68933
 
Solicitation Number
AG6538S10AA80
 
Archive Date
8/21/2010
 
Point of Contact
Donita J. Furman, Phone: 402-762-4145
 
E-Mail Address
donita.furman@ars.usda.gov
(donita.furman@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Quotation 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-6538-S-10-AA80 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 2005-43. The NAICS code applicable to this acquisition is 423490. The USDA, ARS, Center for Grain and Animal Health Research have a requirement to purchase a Used, refurbished or demo Ion Trap Mass Spectrometer for LC. The item offered must meet or exceed the following salient characteristics: (a) Can be used, refurbished or a demo instrument; (b) Orthogonal ESI and APCI sources; (c) 2 Rough pumps included; (d) Connection cables and any required accessories; (e) Onsite installation and set up to be included; (f) Warranty to start from time of installation for a minimum of 90 days; (g) Computer, monitor and operating software with license; (h) Mass ranges: -m/z 15-200, -m/z 50-2000, -m/z 100-4000; (i) Scan Power: MSn, for n = 1 to 10; (j) Compatible with Agilent 1100 HPLC DESCRIPTIVE LITERATURE: Offerors shall submit a copy of the descriptive literature describing their proposed equipment with enough detail to ascertain whether the equipment meets the criteria listed above. CCR and ORCA: Vendor must be registered in the Central Contractor Register (CCR) and Online Representation and Certifications (ORCA) prior to the award of the contract. You may register by going to www.ccr.gov. You will need to your Tax ID, Duns Number, Bradstreet number and banking information. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Please note on your proposal if you will accept a government purchase (VISA) card. 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 52.212-1, 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 52.204-7, Central Contractor Registration and FAR 52.222-22, Previous Compliance Report. FAR 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 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. In the event the vendor will accept payment via the Government Purchase Card (VISA), the vendor shall annotate on its offer that it will accept the purchase card, and clause 52.232-33 will be superseded by clause 52.232-36. SHIPPING: FOB Destination. DELIVERY TO: USDA-ARS, Manhattan, KS. QUOTE PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE: Each offeror shall include their proposed delivery schedule as part of their quotation. FAR 52.212.-2, EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in no order of preference, 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). 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. 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 Donita Furman, Purchasing Agent, USDA, ARS, NPA, USMARC, State Spur 18D Bldg 1, Clay Center, NE 68933, no later than 2:00 p.m., August 06, 2010. Quotes and other requested documents may be provided by facsimile to (402) 449-6148 or emailed to Donita.furman@ars.usda.gov. Additional information may be obtained by contacting the Purchasing Agent at (402) 762-4145 or by email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/NPAMARC/AG6538S10AA80/listing.html)
 
Place of Performance
Address: 1515 College Avenue, Room 101, Manhattan, Kansas, 66502, United States
Zip Code: 66502
 
Record
SN02219671-W 20100729/100728000023-88980b506815fcfd31392eaea6ad5004 (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.