Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
MODIFICATION

66 -- Optical Profiler System

Notice Date
3/7/2018
 
Notice Type
Modification/Amendment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Agricultural Research Service - Midwest Area
 
ZIP Code
00000
 
Solicitation Number
1263VY18S0001
 
Archive Date
4/28/2018
 
Point of Contact
Randall W Kiehne, Phone: 651-649-5047
 
E-Mail Address
randy.kiehne@ars.usda.gov
(randy.kiehne@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-63VY-S-18-0001 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 2005-95. The NAICS code applicable to this acquisition is 541690. For a small company to qualify as a small business, the small business standard is 500 employees or less. The USDA, ARS, MWA, ATRU, Wooster, OH has a requirement for an Optical Profiler System. End-User requires vendor to provide: Specifications for the leaf surface roughness measurement device: Our investigations to improve spray applications and sprayer technologies for pesticides and herbicides requires us to examine the surface roughness or the micro and nano-meter scale topography of the surface on a plant leaf. This is necessary since the surface roughness strongly affects the wettability of a surface and, by extension, the likelihood that an impacting water droplet from a sprayer will adhere to the surface of the leaf. The type of instrument best suited to make this measurement is a 3-D surface profiler. 1) That is non-contact, so as not to destroy the sample. 2) Has nanometer scale resolution in the vertical direction and micrometer scale resolution in the planar direction. 3) Can render an image of the sample at those scales. 4) Can calculate the ISO standards for surface and areal roughness. 5) Acoustically or vibrationally isolated, since vibrations from the measuring table will blur or disrupt measurements at such small scales. 6) Performs the measurements and calculations within a few seconds. 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, unit price per item, and total price; 2) Descriptive literature, brochures, information on service and support; 3) Company's DUNS number; 4) GSA Contract number and expiration date (if applicable to service requested).; 5) 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/index.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, System for Awards Management (ALL OFFERORS MUST BE REGISTERED AND ACTIVE IN THE SYSTEM FOR AWARDS MANAGEMENT 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 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR 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; 52.223-4, Recovered Material Certification; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 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. DELIVERY: FOB Destination. DELIVERY TO: USDA-ARS-ATRU, Wooster, OH, QUOTE PRICE MUST INCLUDE any freight, shipping, handling, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery and invoice no later than 30 days after receipt of samples, 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 and (ii) price (based on F.O.B. Destination), technical and price are equally important. 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. C) Warranty, D) Descriptive Literature. 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. 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: Randall W. Kiehne, Contracting Officer, USDA, ARS, Administrative Office, 1 551 Lindig Street, St Paul, MN 55108 Quotes and other requested documents may be provided by email to: Randy.Kiehne@ARS.USDA.GOV, Furnish quotes no later than 3:00 PM (Central), Friday, April 13 th, 2018. Additional information may be obtained by contacting the Contracting Officer at Randy.Kiehne@ARS.USDA.GOV or (651)649-5047.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c5bef0be9c9430a9bd6c94dae82ef1a1)
 
Place of Performance
Address: USDA-ARS, 1551 Lindig Street, Saint Paul, Minnesota, 55108, United States
Zip Code: 55108
 
Record
SN04846470-W 20180309/180307231843-c5bef0be9c9430a9bd6c94dae82ef1a1 (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.