SOLICITATION NOTICE
66 -- Tensiometer. This includes delivery, installation and training
- Notice Date
- 6/4/2025 9:39:33 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- USDA ARS AFM APD BELTSVILLE MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- 1232SA25Q0102
- Response Due
- 6/17/2025 1:00:00 PM
- Archive Date
- 07/02/2025
- Point of Contact
- Brian Brusky, Phone: 6082152837
- E-Mail Address
-
brian.brusky@usda.gov
(brian.brusky@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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 1232SA25Q0102 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 dated January 17, 2025. This solicitation will be a Total Small Business set aside. The associated NAICS code is 334516 (Analytical Laboratory Instrument Manufacturing), with a small business size standard of 1,000 employees. This acquisition is for the following items as identified in the Line Items: Be capable of measuring forces from ?0.2 ?N (~20 ?g= 0.02 mg) to ?1500 N (~150 g) at rate ?10 Hz. Be capable of maintaining the sample at pre-programmed temperature (between 25 and 90 �C or wider) during the measurements. Be equipped with a CMC module, allowing automatic determination of CMC. Be equipped with a moving stage, with travel distance ?100 mm and position resolution ?0.025 mm or better. Be equipped with controlling software. The software should allow exporting of the raw and analyzed data via an USB port. If the controlling software requires a computer, a PC with OS (Windows, Linux or iOS) and monitor ?20� must be included. Include sample vessel (70 mm diameter) Include Wilhelmy plate and Du No�y ring according to DIN 53914; Adhesion Force Probe (Pt-Ir) with micro roughened surface; and the appropriate holders, if needed. Include density measurement probe and holder. Include installation and on-site training. 1 year warranty from completed installation Fit on a standard lab bench (60� (150 cm) wide, 27� (68 cm) deep) and be of ?54� (140 cm) height. Work with standard US current outlets (AC 110 V, 60 Hz), or include the appropriate adapter. Two old Kruss tensiometers (K10ST, manufactured in 1987 and K100MK2, manufactured in 2006) can be given as trade-ins as a part of the purchase offer. The Contractor shall provide all items F.O.B. destination. The location of the Government site is USDA, in Peoria, IL. and will also be identified in the contract. The Government anticipates the award of a Firm Fixed Price contract. See attached Clauses and Provisions document for the Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses that apply to this acquisition. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1 Instructions to Quoters�Commercial Products and Commercial Services and include a copy of 52.212-3 Quoters Representations-Commercial Products and Commercial Services. Submission of quote shall include the following: (1) Technical and (2) Price. All responses shall be submitted electronically to brian.brusky@usda.gov The basis for award is Lowest Price Technically Acceptable (LPTA). LPTA means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. Pursuant to FAR 52.212-2 Evaluation�Commercial Products and Commercial Services, the criteria for evaluation are: (1) Technical and (2) Price. The lowest priced quote will first be evaluated for technical acceptability in accordance with the minimum specifications identified. If determined not technically acceptable, it will be removed from competition and the next lowest priced quote will be evaluated for technical acceptability. This will continue until a technically acceptable quote is identified. Once the lowest priced quote is determined technically acceptable, then a determination of responsibility will be completed. If found responsible, evaluations will be closed, and award will be made. INSPECTON AND ACCEPTANCE TERMS: Services will be inspected by Contracting Officer Representative (COR) and accepted at destination. Period of Performance - 30 Days ARO. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) at the time the quote is submitted. A contractor can contact SAM by calling 1-866-606-8220 or www.sam.gov. NO EXCEPTIONS. A SAM UEI number is required to register. All invoices shall be submitted electronically. Quotes must be received no later than 3:00 PM Central Time on June 17, 2025. Questions regarding this combined synopsis/solicitation are due no later than 1:00 PM Central Time on June 10, 2025. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation. DISCLAIMER: The official contract documents are located on the government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the quoter's responsibility to check the website periodically for any amendments to this solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of internet connectivity or for a quoter's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d9a3572c3bfc4df0bb448b04b3831778/view)
- Place of Performance
- Address: Peoria, IL 61604, USA
- Zip Code: 61604
- Country: USA
- Zip Code: 61604
- Record
- SN07466195-F 20250606/250604230052 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |