Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2010 FBO #3064
SOLICITATION NOTICE

66 -- Portable photosynthesis system - SF 1449

Notice Date
4/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-10-0086
 
Archive Date
7/5/2010
 
Point of Contact
Carol R. Dingess, Phone: 612-336-3208
 
E-Mail Address
carol.dingess@aphis.usda.gov
(carol.dingess@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Please complete and return Checklist on page 6 along with pages 1 & 2 The United States Department of Agriculture (USDA) Animal Plant Health Inspection Services (APHIS), Plant Protection Quarantine (PPQ) Facility), in Ft. Collins, CO, intends to procure A Portable Photosynthesis system. This infra-red gas exchange instrument will be used to measure carbon dioxide gas concentrations when either respired from animals, or taking up for photosynthesis for plants. The main purpose is to measure microbial respiration before and after disinfectant chemical treatments to determine the degree of microbial devitalization. APHIS/PPQ will also measure respiration levels from insect eggs, insects and snails before and after chemical control to estimate respired carbon dioxide levels. The difference between respiration levels allows them to estimate percent kill from a treated sample. This device will also be used to measure plant photosynthesis for herbicide trials and basic invasive plant biology measurements. ITEMS NEEDED: 1EA - Portable photosynthesis system • Need a infra-red gas exchange instrument that is an open system and will quantify carbon dioxide concentrations with a high degree of sensitivity. CO2 sensor should be located in the sensor head. • Quantify carbon dioxide concentrations due to aerobic respiration from organisms ranging from microbes to insects to snails. • Carbon dioxide range - 0 to 3000 umol/mol Accuracy - max deviation 5 umol/mol from 0 to 1500 umol/mol • It must be portable. Instrument should have exchangeable chambers to measure different organisms from microbes to animals to plants. Instrument must have environmental controls and be programmable from the console. 1EA - Insect respiration chamber kit • A gas exchange plastic tube chamber to measure insect respiration rates based on mass of insect. • Quantify carbon dioxide concentrations being respired by insects over time. • Chamber must be exchangeable with other chambers on infra-red gas exchange console. 1EA - Whole plant Arabidopsis chamber • A gas exchange chamber to measure carbon dioxide uptake for photosynthesis of an whole plant (Arabidopsis), or measure respiration of small animals. • Quantify carbon dioxide being taken up by a whole plant placed inside the chamber, or quantify respiration rates for small animals placed inside the chamber. • Must be a multi-functional chamber. It is able measure respiration of small animals such as snails, or insects, and it must also measure photosynthesis of a small plant placed inside the chamber. The chamber must be exchangeable with other respiration chambers on infra-red gas exchange instrument. Chamber must be large enough to contain a small plant or about 2.5" in diameter to hold a potted plant inside the chamber. 1EA - Fluorescence chamber • A infra-red chamber used to measure photosynthesis and/or leaf fluorescence of green plants. • Chamber has dual functions for gas exchange (photosynthesis) and as a light source/fluorometer, which can collect both fluorescence and photosynthesis simultaneously. Chamber can measure instantaneous carbon uptake, transpiration, and leaf stress levels. • Chamber head must be exchangeable with other chambers for the infra-red gas exchange instrument. Chamber must be capable of measuring photosynthesis and leaf fluorescence. DELIVERY ADDRESS: USDA/APHIS/PPQ/CPHST/NWML 2301 Research Rd, Ste 108 Ft. Collins, CO 80526 Submit emailed quotations to Purchasing Section Carol.Dingess@aphis.usda.gov or fax to (612) 336-3550, Attention Carol Dingess. Quotations are due by May 04, 2010 by 4:00pm Central Time. Simplified Acquisition Procedures will be used per FAR 12. A firm Fixed Price Purchase order will be awarded. All pricing to include any and all costs but not limited to: overhead, general and administrative costs, profit, licensing/certification and transportation. *Notice of total Small Business Set Aside: 452.219-70 Size Standard and SIC Code Information. SIZE STANDARD AND SIC CODE INFORMATION (NOV 1996) The Standard Industrial Classi-fication Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation are listed below: NAICS CODE 334516 Size Standard 500Empl NOTICE TO LARGE BUSINESS: The USDA buying activity in Minneapolis, MN is committed to participation of Small Business, Small Disadvantaged Business and Women-Owned Small Business in the performance of work under this solicitation and resultant contract. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are bids are being requested and no other written solicitation will not be issued. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government. Technical evaluation will be performed on each proposal based solely on the information furnished and not on previous knowledge and associations Technical Evaluation Factors: 1. All proposals will be rated by comparing descriptive literature against the salient characteristics. 2. Delivery/Installation. 3. Training 4. Warranty: Explain all details of the warranty. WARRANTY ITEMS If an extended warranty is available explain details of extended warranty including price and availability after initial warranty expires. 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. The U.S. DEPARTMENT OF AGRICULTURE IS A TAX EXEMPT AGENCY. (EXEMPT FROM STATE AND FEDERAL TAX) All Responsible Small business sources May Submit a Quotation For Consideration. ***Special Note:*** Offers shall include 52.212-3 Representations and Certifications, Which may be submitted from the website: http://orca.bpn.gov All offers must be signed.. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. This solicitation document incorporates provisions and clauses which are in effect through the most current Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the website www.arnet.gov/far and http://www.da.usda.gov/procurement/policy/agar_x/agar02/subchaph.html Federal Acquisition Regulation (FAR) The following clauses are applicable to This solicitation and are included in attachment 1 52.252-2 Clauses incorporated by reference with the same force and effect as if they were given in full text. Clauses incorporated by reference, have the same force and effect as if they were given in full text. (see attachment 1) Also, the full text of a clause may be accessed electronically at this address(es): http://www.acqnet.gov/far/ http://www.da.usda.gov/procurement/policy/agar_x/agar02/subchaph.html 52.212-1 Instructions to offers Commercial items 52.212-2 Evaluation-Commercial Items. 52.212-3 Offeror Representations and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions for Commercial Items. 52.212-5 Contract Terms and Condition required to implement statutes or executive orders for commercial items CCR Information can be found at http://www.ccr.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-10-0086/listing.html)
 
Place of Performance
Address: USDA/APHIS/PPQ/CPHST/NWML, 2301 Research Rd, Ste 108, FT COLLINS, Colorado, 80526, United States
Zip Code: 80526
 
Record
SN02120780-W 20100415/100413235321-3d30e4fdf56c4ff6b9cbad6d3ac10e0a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.