Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
SOLICITATION NOTICE

66 -- Organic Elemental Analyzer (OEA)

Notice Date
7/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Box 25046 MS 204, Denver, CO 80225
 
ZIP Code
80225
 
Solicitation Number
0040013883
 
Response Due
7/18/2011
 
Archive Date
1/14/2012
 
Point of Contact
Name: Don Downey, Title: Contract Specialist, Phone: 3032369331, Fax: 3032365859
 
E-Mail Address
ddowney@usgs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is 0040013883 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-52. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-07-18 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Denver, CO 80225 The US Geological Survey requires the following items, Brand Name or Equal, to the following: LI 001, Thermo Scientific Model Flash 2000 Combustion CHNS/O Analyzer: Model 2000 Dual (18mm) Furnace Base Unit, MAS200R 32 Mosition Autoloader, Eager Xperience for Windows Software (Eager software in intergal to the operation of and acquisition of data from the Flash 2000 and cannot be used separately). Equipped with the following: (1) Instrument Control System: Mid Tower with Intel Celeron ES400 2.7GHz CPU, 4 GB RAM, 500 GB HD, DVD RW CDROM, 19" LCD Monitor, USB Keyboard, USB Mouse, Windows 7 Pro and HP LaserJet Printer. (Eager Xperience for Windows Installed and Tested); (1) MAS200 Sample Drum #2 (33-64 Positions); (1) MAS200 Sample Drum #3 (65-96 Positions); (1) MAS200 Sample Drum #4 (97-128 Positions); (1) Kit for Minimum 1000 CHNS Analyses; (1) Kit for 1000 Oxygen Analyses; and (1) Installation Kit for Flash 2000 includes two-stage Cylinder Regulators for Helium and Oxygen, all tubing and fittings required for connection to the Flash 2000. BRAND NAME OR EQUAL TO THE SALIENT CHARACTERISTICS., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, US Geological Survey intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. US Geological Survey is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. A seller must have a current registration in the following four databases to receive this award: 1. CCR RequirementThe USGS requires registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov. 2. FEDCONNECT RequirementAwards will be made to vendors registered in the FedConnect database. Vendors may complete registration in FedConnect at https://www.fedconnect.net. 3. ORCA RequirementORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ 4. IPP RequirementElectronic Invoicing and Payment Requirements - Internet Payment Platform (IPP) APRIL 2011 Beginning May 1, 2011, payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP). Payment terms for existing contracts and orders awarded prior to May 1 remain the same. The Contractor must use IPP for contracts and orders awarded May 1 and later, and must use the non-IPP invoicing process for those contracts and orders awarded prior to May 1. "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https://www.ipp.gov. The Contractor must use the IPP website to enroll, access and use IPP for submitting requests for payment. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected seller must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to vendors - Commercial Items, applies to this acquisition; FAR 52.212-3, Vendor Representations and Certifications - Commercial Items - the selected vendor must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-01, 52.225.2, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. 1.The OEA must have auto-start capability. 2.The OEA must have auto-standby capability.3.The OEA must have automatic leak test capability.4.The OEA must be a new system.5.The OEA must have an autosampler that will minimally hold 90 samples and allow for unattended sample analyses. 6.The OEA autosampler must be able to accommodate either liquid or solid samples7.The OEA must be supplied with a mass flow controller capable of controlling flows and temperatures. 8.Maintenance and periodic replacement of consumable items of the OEA and the OEA autosampler must be able to be performed by the user. The vendor shall provide documentation detailing the process of periodic replacement of parts.9.Must be able to simultaneously determine weight percent of C, H, N, S and in a separate analysis determine weight percent of Oxygen.10.Must be able to switch from C, H, N, S analysis to Oxygen analysis without powering down the OEA.11.Must be able to interface with an analytical balance.12.Data system must be multitasking (data acquisition and data examination / reduction can be performed simultaneously) with at least 500 gigabytes of hard disk data storage and at least 1 gigabyte removable disk archival data storage (i.e. DVD burner). Computer must be a PC type with at least 6 gigabyte of random access memory. 13.Software upgrades shall be offered at no cost for the life of the instrument.14.Automatic data storage must be possible on any modern external storage device.15.Operation of the essential functions of the data system must be through a user-friendly graphical user interface (GUI) with trackball or mouse "point and click" capability, but provision must be made to allow the operator to access the basic operating system and fully utilize standard operating system functions. All GC autosampler, injector temperature and column temperature programming functions must be controllable via the data system.16.Must be able to export data into Excel or ASCII file.17.Must be able to view real time the chromatogram.18.Must be able to calibrate using either a K-factor, linear regression or quadratic fit response.19.Must be able to add an additional detector, a Flame Photometric Detector (FPD) to determine low levels of Sulfur (as low as 10ppm). The OEA is NOT to have an FPD at this time, but to have the flexibility to add this detector in the future.20.Must be able to precisely analyze samples in the 1-3mg weight range. 21.Must be able to precisely analyze CHNS and, in a separate analysis, Oxygen from trace (less than 0.5weight percent) to high amounts (up to 100 weight percent).22.Must be able to monitor catalyst usage via software in real time in order to determine when catalysts need to be replaced. Contact Phone: 1 800 532 4752 Contact Address: 1400 Northpoint Parkway, Suite 50 West Palm Beach, FL 33407 www.thermoscientific.com FAR 52.211-6 BRAND NAME OR EQUAL is incorporated by reference. Bids for other than the Brand Named product shall include documentation supporting the product's capablility to meet ALL salient characteristics. Line Item Number _______ BIDDING ON/PROPOSING: Manufacturer's Name ___________________________ Address & Web Site _______________________________________ Brand or Product Name__________________________ Model Name & No. ______________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/0040013883/listing.html)
 
Place of Performance
Address: Denver, CO 80225
Zip Code: 80225
 
Record
SN02496790-W 20110714/110712235649-ff67b56737902b6f863c30eb5af29fce (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.