SOLICITATION NOTICE
66 -- CN Analyzer for lease with option to purchase
- Notice Date
- 8/8/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Southern Plains Area Office, 1001 Holleman Drive East, College Station, TX, 77840
- ZIP Code
- 77840
- Solicitation Number
- AG-7MN1-S-06-0003
- Response Due
- 8/30/2006
- Archive Date
- 9/14/2006
- Small Business Set-Aside
- Total Small Business
- 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-7MN1-S-06-0003 and is issued as a request for quotation (RFQ). This solicitation is a small business set-aside; The NAICS is 334516, business size 500 employees. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-12. The USDA, Agricultural Research Service, requests the lease with option to purchase one Carbon Nitrogen (CN) Analyzer with the following characteristics. The lease will be for a base year and two (2) one-year option periods. This instrument would be used for elemental measurements of agricultural samples from experiments supporting laboratory mission to provide new technology and management strategies that increase the profitability and promote the sustainability of small farms. To assure no ambiguity due to sample heterogeneity and merging of data, results for macro quantities of all elements should be measured simultaneously on the combustion gas of a single sample rather than sub samples. Suitable for organic and inorganic solids and liquids. The CN analyzer must meet or exceed these minimum requirements: (1) Automated simultaneous measurement of macro quantities of carbon (C) and nitrogen (N) elements produced by combustion of a single sample; (2) Measuring ranges (and maximum): C, 0.002 to 100% (100 mg); N, 0.004 to 100% (50 mg); (3) Precise elemental analysis for samples weights up to nominally 200 mg organic material or up to 1.5 g e.g; (4) In addition, to reduce costs associated with oxygen consumption per analysis, oxygen required for combustion should be self regulated and controlled by the instrument to not exceed a combined total of 0.4 L for analysis of the two elements C, and N; (5) Software: Windows-based software to support compliance with 21 CFR Part 11. Integrated maintenance software with automatic leak test, wake/up sleep functions, connectivity and direct data export to Microsoft Excel; (6) Control and evaluation unit to consist of a PC, 15-inch flat monitor and desk jet printer; (7) An automatic sample feeder for max. 39 samples up to 1 ml volume; (8) An electronic balance with interface kit for readability 0.1mg and computer interface capability; (9) Pressure regulator for (1) two stage pressure regulator for oxygen cylinder and (1) two stage pressure regulator for helium gas cylinder; (10) Set up to include installation, training and chemicals for up to 1000 analyses. The CN Analyzer shall be delivered to the USDA, Agricultural Research Service, Dale Bumpers Small Farms Research Center, 6883 South State Highway 23, Booneville, AR 72927. Each offeror shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. In order to be considered for award offerors shall provide a quotation on company letterhead detailing the unit pricing; descriptive literature, brochures, and five references for the proposed equipment. References must have received the proposed equipment within the last three calendar years (Government references preferred but will accept commercial references) shall also be provided for the product quoted. The following clauses and provisions apply to this acquisition. 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 applies, with the following clauses from (a) 52.222-3, Convict Labor; 52.233, Protest after award, and (b) FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33,Payment by Electronic Funds Transfer - Central Contractor Registration; applicable to this acquisition; FAR 52.207-5 Option to purchase equipment; FAR 52.217-9 Option to Extend the Term of the Contract: FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS, FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement; (ii) past performance; and (iii) price (based on F.O.B. Destination), where technical and past performance, are more important than price. Offerors shall include a completed copy of the provision at FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://acquisition.gov/far/index.html . 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 these documents (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. Furnish quotations to Michael Douglas, Contracting Officer, no later than 3:00p.m., August 30, 2006. Quotations must be received in writing via facsimile, Email or mail to the contacts listed below.
- Place of Performance
- Address: USDA, ARS, DBSFRC,, 6883 South State Highway 23,, Booneville, AR
- Zip Code: 72927
- Country: UNITED STATES
- Zip Code: 72927
- Record
- SN01108673-W 20060810/060808220144 (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 |