Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2010 FBO #3197
SOLICITATION NOTICE

66 -- Gas Chromatograph

Notice Date
8/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Mid South Area, Area Office, 141 Experiment Station Road, Stoneville, Mississippi, 38776, United States
 
ZIP Code
38776
 
Solicitation Number
AG-4431-S-10-0026
 
Point of Contact
Terry A Krutz, Phone: 662-686-5361
 
E-Mail Address
terry.krutz@ars.usda.gov
(terry.krutz@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
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-4431-S-10-0026 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 334516. For a company to qualify as a small business, the small business standard is 500 employees or less. The USDA, ARS, MSA, Crop Science Research Laboratory has a requirement/need for a Gas Chromatograph. The details and specifications for the gas chromatograph are as follows: The U.S. Department of Agriculture, Agricultural Research Service, intends to buy a greenhouse gas analyzer which uses gas chromatography to analyze atmospheric samples for nitrous oxide, methane, and carbon dioxide. Description of Supplies/Services required to meet the Agency's Needs: The analyzer complete with accessories must be equivalent to the Varian Greenhouse Gas Analyzer that includes the Varian 450 Gas Chromatograph (GC), CombiPal Headspace Autosampler, Galaxie software, computer, monitor, and printer, and include Installation, Familiarization, and Method Development with the full system. The application requires the GC to be configured to analyze atmospheric samples for nitrous oxide, methane, and carbon dioxide on the same sample. Other atmospheric constituents must not interfere with the analyses and the machine must be able to detect nitrous oxide from 50 ppb to 100 ppm, methane from 0.1 ppm to 1% and carbon dioxide from 1 ppm to 10% with a residual standard deviation (RSD) of < 2% for each gas. The machine must be able to allow both autosampling and manual sample injection. The installation training includes 6 hours of on-site training at the time of installation. The company must provide methods development that includes optimization of conditions of the autosampler, purge timing and duration, backflush timing and duration, column oven temperature programming, flow rate determination, and detector settings. The 450 GC configuration can be easily adjusted for other applications (i.e. to measure oxygen at the low concentrations-below 100 ppm) but oxygen does not interfere with nitrous oxide measurements under the standard configuration. In addition, the GC provides a custom manual and on-site demonstration of calibration curves for all three gases of interest in their respective concentration ranges. The laboratory room conditions in which the system must operate includes temperatures up to 40 C and relative humidity up to 95%. The autosampler accommodates liquid and headspace injections, includes a mounting kit, and tray holder for 1, 2, and 10 mL vials. Sample tray with 200 (1 mL) vial capacity is included. The software that interfaces and controls the GC must include CD-ROM(s) with manuals in Adobe Acrobat format, provide full instrument control and method download for GC with autosampler, and runs under Windows XP. The computer should be equivalent to a Dell Optiplex 960 Minitower with Intel Core 2 Duo Processor E8400 (3.0 GHz) processor, 2.0 Gbytes of RAM, DVI (digital) video adapter card, uses PCIe x 16 full height slot, integrated gigabit 10/100/1000Base T Ethernet NIC, integrated sound card and chassis mounted speaker, 250 Gbyte SATA hard drive, 16X Max. DVD+/-RW Drive with Roxio Creator, 1.44 Mb floppy drive, 2 PCI slots, 2 PCIe slots (1 PCIe x 16 & 1 PCIe x 1), 2 serial ports 10 USB 2.0 ports (4 in front, 6 on rear panel), Windows XP Professional Service Pack 2. The monitor should be equivalent to a Dell Ultra Sharp Flat Panel 17 inch Monitor. The printer is equivalent to an HP Laserjet CP3525n Color Printer with cable. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the descriptive literature (with pictures) describing their proposed equipment with enough detail to ascertain whether the equipment meets the criteria listed above. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, and unit price per item and total price; 2) at least 3 to 5 references. (Government references preferred but will accept commercial references). References shall be provided for the service proposed and if possible include the email address of the person to be contacted; and 3) Offerors shall include a completed copy of the provisions FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.acquisition.gov/comp/far/loadmainre.html. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. 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 (ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IN ORDER TO RECEIVE AN AWARD) The website address for registration is: http://www.ccr.gov; 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; 52.225-2, Buy American Act Certificate ; 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. SHIPPING: FOB Destination. DELIVERY TO: USDA-ARS, 810 Highway 12 East, Mississippi State, MS 39762. QUOTE PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before 60 days ARO, however, 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 the relative order of importance, 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), technical and past performance are more important than price. 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. Each Quote shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated against the technical capability of the item offered to meet the Government requirement. B) Delivery. 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 Terry A. Krutz, Contracting Officer, USDA, ARS, MSA, P. O. Box 225, 141 Experiment Station Road, Stoneville, MS 38776, no later than COB, 4:30 central standard time, September 9, 2010. Facsimile or email quotes will not be accepted. Additional information may be obtained by contacting the Contracting Officer at (662) 686-5361 or email below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MSAO/AG-4431-S-10-0026/listing.html)
 
Place of Performance
Address: USDA, ARS, Crop Science Research Laboratory, 810 Highway 12 East, Mississippi State, Mississippi, 39762, United States
Zip Code: 39762
 
Record
SN02253350-W 20100826/100824235925-8a0ce634f1981de67a5cddad32cbf7a6 (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.