Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
SOLICITATION NOTICE

66 -- Differential Scanning Calorimeter - Solicitation

Notice Date
7/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Agricultural Research Service - Plains Area
 
ZIP Code
00000
 
Solicitation Number
12661218B0012
 
Archive Date
8/16/2018
 
Point of Contact
Connie M Faulkner, Phone: 7012391213
 
E-Mail Address
connie.faulkner@ars.usda.gov
(connie.faulkner@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 number 12661218B0012 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73. The associated NAICS code is 334516. This acquisition is for the following item as identified in the Contract Line Item Number (CLIN): Differential Scanning Calorimeter with cells capable of holding samples up to 5 ml (both solid and liquid) and a thermal range of at least -150 ºC to 75 ºC. Temperature range : We study glass transitions in cryoprotective agents, effects of liquid nitrogen storage on organismal viability and hence we require the calorimeter to achieve a minimum of -150 ºC using a liquid nitrogen cooling system. Thermal rate: The rate of cooling and heating requires a precision of 0.1 ºC/min or better and the user should be able set it to any value between 0.1 ºC/min to 150 ºC/min. To conduct precise metabolism studies, we need the baseline to be as stable as ±0.1 mW or better. Sample holder (material) : Due to high throughput nature of the work, we require reusable sample crucibles and since our thermal requirement are on the lower end of the scale, the sample holders must be of a material that is resistant to thermal changes of 5000 ºC/min or better. Ability to scan a sample without hermetic sample encapsulation is required (See Gas perfusion below). Sample holder (volume) : Sample holder volume requirements are 0.1 μl to 5000 μl. Therefore the calorimeter must be capable of analyzing both micro and macro volume samples and the manufacturer must provide crucible that encompass the entire range of volume. Gas perfusion : The unit must contain or incorporate a system to perfuse the sample with precise proportions of gases and gas mixtures including helium, nitrogen, oxygen, carbon dioxide and various combinations of oxygen and carbon dioxide. DSC must incorporate a mechanism to sense the concentration of input and effluent oxygen and carbon dioxide using a O2/CO2 sensor. The sensors could be either in-built or be incorporated as an external accessory. Electrical: 115V, 60Hz or a suitable convertor/adaptor must be provided. Not stringent: Imaging : An accessory to observe the sample during thermal scanning would be advantageous to our studies as it would permit observations of structural effects due to thermal change. EVALUATION FACTORS This is a Buy Best Value acquisition. The Government will award a Purchase Order resulting from this Request for Quotes to the responsible offeror whose quote is conforming to the solicitation and represents the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: EVALUATION FACTORS FOR AWARD 1. Past Performance - Quotes will be evaluated based on the offeor's past performance as provided by the offerors references. Minimum of three references 2. Offeror's Technical Solution- The Government will evaluate the performance of the offeror's product for capability and performance. 3. Quality and Reliability- Quotes will be evaluated on the offeror's product for its level of Quality and Reliability. 4. Price- The quoted price is fair and reasonable. NOTE: All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. Factors and sub-factors are prioritized in the following order of importance (i.e. most important first, least important last) for award evaluation 2, 3, 1, 4. The Government will evaluate quotes for award purposes, considering the evaluation factors above, and will award to that offeror whose proposal represents the best value to the Government. 52.232-18 Availability of Funds. Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) Inspection and Acceptance Terms: Representations: Applicable Provisions: FAR 52.204-7 System for Award Management: AGAR 452.204-70 Inquiries; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications/support, and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. Invoices must be submitted into the Invoice Processing Platform (IPP). IPP is a government-wide secure web-based payment information service offered free of charge to government agencies and their suppliers by the U.S. Department of Treasury's Financial Management Service (FMS). One-time enrollment in IPP means that you will receive a series of e-mails from Treasury services. The first email will have the IPP Logon ID and link to the IPP application. A second e-mail, containing the password will be sent within 24 hours. Once you receive these emails, please login to the IPP application and complete the registration process. Benefits of registering with IPP include the ability for your company to create invoices directly from a contract award and submit them electronically, as well as: e-mail notification when invoice(s) are paid online payment history remittance download The e-mail notification of payment is sent when a payment is distributed to your bank account and will include all pertinent payment information. The IPP Customer Support Desk is available to assist users Monday through Friday (excluding bank holidays) from 8:00AM - 6:00PM ET, including answering any questions related to accessing IPP or completing the registration process. Their toll-free number is 1-866-973-3131 2 or they can be reached at: IPPCustomerSupport@fms.treas.gov. If you have any questions or concerns, please contact the Controller Operations Division Help Desk at: 1-877-243-3072 or cod.help@usda.gov. The successful vendor must be enrolled in IPP to submit invoices and receive payment. If the successful vendor firm is already enrolled in IPP invoices are to be submitted under the vendors existing IPP enrollment. Clause 52.223-2 requires: The contractor shall report to the environmental point of contact, with a copy to the Contracting Officer, on the product types and dollar value of any USDA-designated biobased products purchased by the contractor during the previous fiscal year. The report must be submitted not later than October 31 of each year during contract performance and at the end of contract performance. See list of attachments for categories of Biobased products, this list and linked descriptions can be found at http://cfr.regstoday.com/7CFR3201.aspx The environmental point of contact is: Ron Buckhalt RonB.Buckhalt@dm.usda.gov Phone: 202-205-4008 Energy Efficient Products Energy policy acts of 1992, 2005, 2007 and Executive Order 13423 require the purchase of energy efficient products--either those labeled "ENERGY STAR" or designated by the U.S. Department of Energy's Federal Energy Management Program (FEMP). The requirement applies both to direct purchases and contracted services, including contracts for design, construction, renovation, or maintenance of a public building. For contracted services, the contractor must provide ENERGY STAR, FEMP qualified, or other energy efficient products. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. ALL BIDS ARE TO BE EMAILED TO CONNIE.FAULKNER@ARS.USDA.GOV Please consider making quotes valid until 09/30/2018 The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. Supplies will be inspected and accepted by the End User / Purchasing Agent at destination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8f5bf2056b077a122b32f66031cb84c5)
 
Record
SN04987671-W 20180713/180711231307-8f5bf2056b077a122b32f66031cb84c5 (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.