Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOLICITATION NOTICE

66 -- TEXTURE ANALYZER

Notice Date
9/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area, Area Office, 600 East Mermaid Lane, Wyndmoor, Pennsylvania, 19038, United States
 
ZIP Code
19038
 
Solicitation Number
102KR008
 
Archive Date
9/27/2010
 
Point of Contact
Regina L. Dennis, Phone: 215-233-6553
 
E-Mail Address
regina.dennis@ars.usda.gov
(regina.dennis@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
United States Department of Agriculture, Agricultural Research Service (ARS), Eastern Regional Research Center, Food Safety and Intervention Technologies (FSIT) Research Unit in Wyndmoor, PA is seeking to purchase a Texture Analyzer to be furnished and delivered (F.O.B. Destination within Consignee=s Premises) to the USDA, ARS, Eastern Regional Research Center located in Wyndmoor, Pennsylvania; in accordance with the terms, conditions, and specifications contained in this document. This piece of equipment will be used specifically in a B2 microbiological laboratory. The samples will have pathogens on/in them. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 (current as of FAC 2005-43), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation quotations are being requested and a written solicitation will not be issued. The NAICS is 334519. The Solicitation number is 102KR008 and is issued as a Request For Quotation (RFQ). The Government anticipates awarding a firm-fixed price purchase order. SHEDULE OF ITEMS - Furnish and deliver, F.O.B. Destination a Texture Analyzer: Specifications for a Texture Analyzer: 1. Capacity load 225 lbf (1 kN) 2. Return speed 1500 mm/min 3. Power 120 v 4. Separate computer station from analyzer 5. Load accuracy + 0.5% of reading down to 1/100 of lead cell capacity and meets ASTM E4, ISO 7500/1, EN10002-2 And IS B7721 6. Strain accuracy + 0.5% of reading down to 1/50 of full scale with most ASTM E83 class B or ISO 9513 class 0.5 extersometers and meets ASTM E83, ISO 9513 and EN 10002-4. 7. Depth daylight 100 mm (3.9 in) This equipment will be used to determine quality of the fish or product as it relates to texture (softness) that were treated to remove/reduce the inoculated population. SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE All Electronic and Information Technology (EIT) procured through this Contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. (36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at: HYPERLINK Act of 1973, as amended, and is viewable at http://www.access-board.gov/sec508/508standards.htm-PART 1194 ), then go to 508 Law. The following standards have been determined to be applicable to this contract: X 1194.21 Software applications and operating systems. _____ 1194.22 Web-based Intranet and Internet information and applications. _____ 1194.23 Telecommunications products. _____ 1194.24 Video and multimedia products. X 1194.25 Self contained, closed products. X 1194.26 Desktop and portable computers. This standard does not require the installation of specific accessibility-related software or the attachment of an assistive technology devise, but merely requires that the EIT be compatible with such software and devices so that they can make it accessible if so required by the agency in the future. Compliance Details Clause The Contractor must note in the schedule whether each product or service is compliant or noncompliant with the accessibility standards at 36 CFR 1194. For each item that is identified as compliant the Contractor shall provide evidence or verification of compliance. The proposal must indicate where full details of compliance can be found (e.g. schedule attachment, vendor's website or other readily available location (specify). ___ This Clause is not applicable to this requirement. Companies with the demonstrated capability of providing this equipment must submit a descriptive statement, including descriptive literature, specifically addressing the equipment=s component=s and availability. The statement and literature must be submitted to the Contracting Office Address at the day and time specified in the synopsis. This is not a request for proposal. No solicitation is available. The items to be furnished shall be labeled with the purchase order number and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination Clause to USDA, ARS, Eastern Regional Research Center. DOCUMENTATION: The Contractor shall provide operations, repair, maintenance manuals, and service instructions submitted upon delivery of the equipment. WARRANTY: The Contractor shall provide the warranty for this equipment with their offer. ADDITIONAL QUOTATION INFORMATION: The provision at 52-212-1, Instruction to Offerors - Commercial Items (June 2008), applies to this acquisition. FAR Clause 52.212-1, is amended to include the following clauses by reference: 1. Item (b) Submission of Offers is amended to include the following: Submit your quotation, warranties, descriptive literature on the proposed equipment, and the Certifications at FAR 52.212-3 to the Contracting Officer. FAILURE TO SUBMIT THIS INFORMATION MAY RENDER THE OFFER NON-RESPONSIVE. FACSIMILE OFFERS ARE NOT ACCEPTABLE. The provision at 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. ADDENDUM TO FAR CLAUSE 52.212-2. Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. EVALUATION FACTORS FOR AWARD will be based on technical capabilities, price and price-related factors. FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE. a) Technical Capability will be based on technical features, and product literature. Each offer is required to submit warranty information, descriptive literature or other documentation, and show how the offered product meets or exceeds the requirements as specified in the specifications. b) Price includes all equipment, accessories, discount terms, and transportation. Your offer shall include pricing in accordance with the SCHEDULE OF ITEMS identified above. c) Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items (Aug 2009), with the quotation. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010), applies to this acquisition. ADDENDUM TO FAR CLAUSE 52.212-4. The following terms and conditions are added as an addendum to this clause: 1. Item (a) Inspection and Acceptance is amended to include the following: AGAR 452.246-70 INSPECTION AND ACCEPTANCE (FEB 1988) - (a) The Contracting Officer or the Contracting Officer's duly authorized representative will inspect and accept the supplies and/or services to be provided under this contract. (b) Inspection and acceptance of the item shall be performed at: USDA, ARS, Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, PA 19038. 2. Item (g) Invoice is amended to include the following: The invoice shall be submitted in an original and one copy after delivery of all items. The Invoice shall be mailed to: USDA, ARS, Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, PA 19038, ATTN: Regina Dennis. 3. Item (o) Warranty is amended to include the following: The Contractor 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 rights with regard to the other terms and conditions of this contract. The Contractor shall provide a copy of its standard commercial warranty with its quotation. USDA, ARS, Eastern Regional Research Center plans to award a single, firm-fixed price contract to the offeror whose quotation is most advantageous to the Government price and other factors considered. Award may be made without discussions; however, ERRC reserves the right to conduct discussions later if determined necessary by the contracting officer. This contract incorporates one or more clauses by reference, with the same force and affect as if they were given in full text. The full text of these clauses may be accessed electronically at: http://www.arnet.gov/far/. 52.214-21, Descriptive Literature ( Apr 2002); 52.214-34, Submission of Offers in the English Language (Apr 1991); 52.214-35 Submission of Offers in U.S. Currency (Apr 1991); 52.247-35, F.O.B. Destination, Within Consignee=s Premises (APR 1984); 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Jul 2010); 52.232-33 Payment By Electronic Funds Transfer -Central Contractor Registration (Oct 2003), 52.233-4 Applicable Law for Breach of Contract (Oct 2004), applies to this acquisition. Responses are due by 4:00 p.m. local time, on September 22, 2010, at the USDA, ARS, Eastern Regional Research Center, Location Administrative Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. Point of Contact for this acquisition is Regina Dennis, Purchasing Agent, (215) 233-6553 or fax (215) 233-6485.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/NAAO/102KR008/listing.html)
 
Place of Performance
Address: USDA, ARS, ERRC, 600 East Mermaid Lane, Wyndmoor, Pennsylvania, 19038, United States
Zip Code: 19038
 
Record
SN02274987-W 20100911/100910000024-3d486e00f5c6c9f4ed300b2ba5c914de (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.