Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2002 FBO #0194
SOLICITATION NOTICE

66 -- Retsch PM 400 Planetary Ball System/also known as Soil Smple Grinder

Notice Date
6/12/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Beltsville Area, ANRI, ASU, 10300 Baltimore Blvd., Bldg. 209 BARC EAST, Beltsville, MD, 20705
 
ZIP Code
20705
 
Solicitation Number
2011265102-00127
 
Response Due
6/30/2002
 
Archive Date
7/15/2002
 
Point of Contact
John Wilkinson, Purchasing Agent, Phone 301-504-5799, Fax 301-504-8696, - Nancy Woodhouse, Purchasing Agent, Phone 301-504-8012, Fax 301-504-8696,
 
E-Mail Address
johnw@anri.barc.usda.gov, nancyw@anri.barc.usda.gov
 
Description
This is a combined synopsis/solicitation for commercial items identified below, 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; offers are being requested and a written solicitation will not be issued. This solicitation number: 2011265102-00127, is issued as a Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-07. This procurement shall be solicited on a "unrestricted basis". The North American Industry Classification System Code (NAICS) code is 327910, with a small business size standard of 500 employees. The manufacturer of the items requested that are listed below is: "Retsch" and they are located in "Germany" and they have a United States based office located in Irvine, California and may be reached at phone # 1-949-752-2004 and the contact person is "Thy Nguyen". USDA in Beltsville, Maryland intends to procure the following items: Retsch, PM400 Planetary Ball Mill, 220V, Single Phase, Quantity: 1 each; 500ML stainless steel jar, Quantity: 4 each; 10mm stainless steel ball, Quantity: 400 each; 20mm stainless steel ball, Quantity: 80 each; 30mm stainless steel ball, Quantity: 12 each; 40mm stainless steel ball, Quantity: 16 each; 250ml Tungsten Carbide jar, Quantity: 2 each; 10mm Tungsten Carbide Ball, Quantity: 100 each; 20mm Tungsten Carbide Ball, Quantity: 24 each; Spare O-Ring for 500ml stainless steel jar, Quantity: 4 each; Spare O-Ring for 250ml Tungsten Carbide Jar, Quantity: 2 each. Delivery shall be FOB Destination to Beltsville, Maryland 20705 within 30 days after award. Equipment shall come with a manufacturers two year warranty-which shall not include wear parts such as bowls and grinding media. One day on-site start up assistance shall be included in the above total price. The following are specific minimum requirements for the Retsch Planetary Ball Mill , Model PM400, 220V, single phase and accessories: Capable of simultaneously processing 2 or 4 samples; Shall be capable of processing 8-50ml jars simultaneously; nominal volumes of grinding jars shall be: 50ml, 125ml, 250ml and 500ml; Grinding jars and mailing balls shall be available in the following materials: agate, sintered corundum (99.8 percent aluminum oxide), tungsten carbide, stainless steel, chrome steel, silicon-nitride, and zirconia; Milling balls shall range in sizes: 10mm, 20mm, 30mm, and 40mm; Shall be Capable of processing samples up to 10mm in size into sub-micron sized particles; Each grinding jar shall move around it's own axis, and in the opposite direction shall move around the common axis of the sun wheel at uniform speed and uniform rotation ratios; The Mill shall have 400 horsepower with a 300mm diameter sun wheel; Shall have digital control of constant speed (30-400 rpm) and time (up to 99.99 hours) and shall have the capability of program processing, including pauses, also shall give real-time display; Shall be capable of mixing or grinding wet or dry animals. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Exexutive Orders-Commercial Items. In Paragraph (B) of 52.212-5, the following apply: 52.203-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 522.222-34 and 52.222-70. COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING REQUIREMENTS (JAN 1999) (DEVIATION) (USDA). (a) The offeror represents that, if it is subject to the reporting requirements of 38 U.S.C. 4212 (d) (ie., the VETS-100 report required by FAR Clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has[ ], has not[ ], submitted the most recent report required by 38 U.S.C. 4212 (d). (b) An Offeror who checks "has not" may not be awarded a contract until the required report is filed. CONTRACT PAYMENT (MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER) Electronic Funds Transfer compliance with 31 CFR 208. To Facilitate EFT for contract payments, FAR Clauses 52.232-34 and 52.232-35 (31CFR Part 208) requires the submission of information by the contractor to the payment office. Upon award, the contractor shall contact the Miscellaneous Payments Section at the National Finance Center (NFC) to initiate the enrollment process of the Vendor Express Payment (VXP), which will result in a number being assigned to the contractor for payment under EFT. NFC can be reached at phone number 1-800-421-0323 or at WWW.NFC.USDA.GOV. All offerors must include copies of 52.212-3 (Representations and Certifications) and 52.222-70 (Compliance with Veterans EmploymentReporting Requirements). Faxed quotations are acceptable to John Wilkinson at fax number 1-301-504-8696 on or before June 30, 2002 Eastern Standard Time. All responses will be evaluated in order to determine the ability to meet the above stated capabilities. Responses shall include technical specifications, literature, brochures and other such information corresponding to each minimum required item, which demonstrates the capabilities of the offerors equipment. Offerors shall identify where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The anticipated award date July 1, 2002. All responsible sources may submit a quotation, which shall be considered by the Agency.
 
Record
SN00092102-W 20020614/020613083903 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.