Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2003 FBO #0622
MODIFICATION

66 -- Dielectric Spectrometer

Notice Date
8/11/2003
 
Notice Type
Modification
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, IL, 61604
 
ZIP Code
61604
 
Solicitation Number
5114-3-0036
 
Response Due
8/18/2003
 
Archive Date
9/18/2003
 
Point of Contact
Norma Cremeens, Procurement Assistance Officer, Phone 309-681-6618, Fax 309-681-6683, - Georgetta Stonewall, Contract Specialist, Phone (309) 681-6624, Fax (309) 681-6683,
 
E-Mail Address
cremeenn@mwa.ars.usda.gov, gstonewall@mwa.ars.usda.gov
 
Description
MODIFICATION: THIS MODIFICATION IS TO REMOVE THE 100% SET ASIDE FOR SMALL BUSINESS AND TO REVISE THE RESPONSE DATE TO AUGUST 18, 2003. 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; quotations are being requested and a written solicitation will not be issued. Solicitation No. 5114-3-0036 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. 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. The USDA, Agricultural Research Service, National Center for Agricultural Utilization Research, (NCAUR), Peoria, IL, has a requirement/need for a Dielectric/Impedance Spectrometer. The spectrometer specifications include: Broad range frequency generator, sample holder/sensor accessories, dielectric/impedance measurement electronic, heating equipment for above ambient temperature measurement, cooling equipment for below ambient temperature measurement, measurement control and data acquisition system. Personal computer system specifications include: Intel Pentium processor, ram, hard drive, data acquisition board, data communication port, floppy drive, 17 inch color monitor, and laser printer. Computer software specifications include: Instrument control, temperature control, measurement control, data acquisition, data plotting, and data analysis programs. Listed are the description of items and quantities required: CLIN No. 1 - Dielectric/Impedance Spectrometer (1 unit); CLIN No. 2 - Temperature Control System (1 unit); and CLIN No. 3 - Computer System (1 unit). The instrument will be used in the research of agriculture materials, their dispersion and composites in terms of the characterization of morphology, structural stability, molecular relaxation, and hydration properties. The implementation of this project is to provide the information on the fundamental structure and material properties to be used in the process and application development of agricultural materials. THE SALIENT CHARACTERISTICS: the Dielectric/Impedance Spectrometer must meet or include these minimum requirements: (1) Must be able to evaluate dielectric and impedance of agricultural material. (2) Must be able to evaluate permittivity at different frequency. (3) Must be able to evaluate capacity at different frequency. (4) Must be able to evaluate loss factor tan-delta at different frequency. (5) Must be able to evaluate conductivity at different frequency. (6) Must be able to evaluate low impedance material such as electrolyte and electrochemical system. (7) Must allow the testing material in liquid, powder and solid form. (8) Must allow the testing frequency to extend to 10,000,000 Hertz at higher end. (9) Must allow the testing frequency to extend to 0.0001 Hertz at lower end. (10) Must allow the testing temperature range to reach 200 degrees C at higher limit. (11) Must allow the testing temperature range to reach -100 degrees C at lower limit. (12) Must have a wide impedance range from 0.01 Ohm to 1014 Ohm. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the Descriptive Literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quotation without further discussions. All responsible sources may submit an offer which will be considered. FAR 52.252-1 Solicitation Provisions Incorporated by Reference are as follows: FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Provide with Quote); 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 52.214-21, Descriptive Literature (Provide with Quote); 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 (June 2003) are applicable to this acquisition: 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; 52.225-3, Buy American Act - North American Free Trade Agreement - Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products (E.O. 12849); 52.232-34, Payment by Electronic Funds Transfer - Other Than 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.ARNet.gov/far/. SHIPPING: FOB Destination. DOCUMENTS INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a quotation on company letterhead detailing the item description, unit price, and extended price of each CLIN; 2) descriptive literature, brochures; 3) at least 3 to 5 references for the proposed equipment. References must have received the proposed equipment within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the product quoted; and 4) Duns Number. 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.acqnet.gov/far. DELIVERY TO: USDA-ARS, NCAUR, Peoria, IL 61604. QUOTATION PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before December 1, 2003, 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; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. 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. Acceptance of the standard commercial warranty does not waive the Government?s rights under the Inspection clause nor does it limit the Government?s right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.eps.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement. Furnish quotations to Norma R. Cremeens, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., August 18, 2003. Quotations and other requested documents may be provided by facsimile to (309) 681-6683 if desired. Additional information may be obtained by contacting the Contracting Officer at (309) 681-6618 or email below.
 
Place of Performance
Address: USDA, ARS, MWA, National Center for Agricultural Utilization Research, 1815 N. University, Peoria, IL
Zip Code: 61604-3999
Country: USA
 
Record
SN00397265-W 20030813/030811213211 (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.