Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
MODIFICATION

66 -- Laser System

Notice Date
7/24/2014
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Agricultural Research Service - Midwest Area
 
ZIP Code
00000
 
Solicitation Number
AG-51LA-S-14-0004
 
Archive Date
8/16/2014
 
Point of Contact
Christine Gunterman, Phone: 309-681-6481
 
E-Mail Address
christine.gunterman@ars.usda.gov
(christine.gunterman@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
*****Indicates Change***** 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-51LA-S-14-0004 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 2005-74. 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, MWA, NCAUR, Peoria, IL has a requirement/need for contractor to provide a laser system to aid in the conduct of two specific mass spectrometry experiments consisting of laser assisted electrospray ionization (LAESI) mass spectrometry and "infrared laser ablation metastable-induced chemical ionization" mass spectrometry. The Laser System must be capable to ablate samples by irradiation of the water in the samples at the strong absorbance wavelength of water at 2940 nm prior to ionization and ultimate mass spectrometric detection with the following technical specifications: 1. The laser must be of a pulse type. 2. The laser must be capable of delivering light of a wavelength of 2940 nanometer (nm) (mid-infrared). 3. The laser must be able to deliver a user controlled pulse energy up to at least 0.5 millijoule output power at the specified wavelength of 2940 nm. 4. The laser must allow user selectable pulse repetition rate between less than 5 and *****equat to or***** greater than 10 Hz repetition rate. 5. The pulses delivered by the laser must be of a length (duration) of between 5 and 20 (nominal) nanoseconds. 6. The laser must be capable of delivering a beam of between 2 and 5 mm (nominal) diameter. 7. The laser must allow computer or remote control of "on / off", laser power, and pulse repetition rate functions. 8. The laser must be of Nd-YAG (neodymium-doped yttrium aluminium garnet) or Er-YAG (erbium-doped yttrium aluminium garnet) laser technology 9. The laser must be readily mounted to an optical bench 10. The laser must utilize internal liquid or air cooling. 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 including company DUNS#, detailing the item description, unit price per item, total price and valid for at least 60 days after receipt of quote; 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/far REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer with will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/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.sam.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 52.240-10, Reporting Executive Compensation and First Tier Subcontract Awards, Far 52.222-3, Convict Labor (E.O 11755), FAR 52-222-19, Child Labor, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-central Contractor Registration (31 U.S.C. 3332), far 52.232.36, Payment by Third Party (31U.S.C. 3332), and FAR 52.233-3 Protest After Award. The FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html DELIVERY: FOB Destination. Delivery to: USDA-ARS-NCAUR, Peoria, Illinois. QUOTE PRICE MUST INCLUDE any installation, 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. FAR52.212-2, 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-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 soley 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 Chris Gunterman, Contracting Officer, USDA, ARS, MWA, 1815 N. University St. Peoria, IL 61604, no later than 3pm (CST), August 1, 2014. Quotes and other requested documents may be provided by email to christine.gunterman@ars.usda.gov or facsimile to (309) 681-6473 if desired. Additional information may be obtained by contacting the Contracting Officer at (309) 681-6481.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ca347a983cf43c8a7565f6242a3cbeb5)
 
Place of Performance
Address: USDA-ARS-NCAUR, 1815 N. UNIVERSITY ST., Peoria, Illinois, 61604, United States
Zip Code: 61604
 
Record
SN03437040-W 20140726/140724235617-ca347a983cf43c8a7565f6242a3cbeb5 (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.