Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2010 FBO #3065
SOLICITATION NOTICE

66 -- SPECTROMETER

Notice Date
4/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-5 IBET Province, Tahoe N.F., 631 Coyote Street, Nevada City, California, 95959-2250
 
ZIP Code
95959-2250
 
Solicitation Number
AG-9A63-S-10-0043
 
Archive Date
5/13/2010
 
Point of Contact
Peggy Scott, Phone: 530-478-6123, Peggy Scott, Phone: 530-478-6123
 
E-Mail Address
mscott01@fs.fed.us, mscott01@fs.fed.us
(mscott01@fs.fed.us, mscott01@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
The USDA Forest Service, Tahoe National Forest has a need to purchase 1 each Spectrometer. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This Solicitation identified as RFQ AG-9A63-S-10-0043 is a Request for Quotations. This announcement constitutes the only solicitation, quotes are being requested and no written solicitation will be issued. The NAICS code is 334516 Analytical Laboratory Instrument Manufacturing. This solicitation will be a small business set-aside. The size requirements for this NAICS is $500. This solicitation is for a firm fixed price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-39. Technical Requirements 1)Instrument to be capable and ergonomically designed for hand held operation in the field or fixed in a stand. 2)Provide rapid, accurate results in 60 seconds or less for the following metals, at a minimum, in a single measuring cycle: Antimony, Arsenic, Cadmium, Chromium, Copper, Iron, Lead, Mercury, Nickel, Selenium, Silver, Vanadium and Zinc. 3)Provide Instrument detection limits for these metals and any other element the instrument is capable of detecting. 4)Instrument must be equipped with a Silicon Drift Detector for lowest detection limits; no Si-PIN Detector. 5)Battery life must not be less than 2 hours with option for spare battery switch out which must be capable of switching out while instrument remains on; true hot swap. 6)Must include an integrated PDA as a primary means of operation, reading and printing results; no integrated touch screens due to loss of time in the field if screen breaks: must be able to switch out to spare PDA in the field as a back up. 7)Instrument must use windows based software with Bluetooth and USB capabilities to interface with printer, GPS tracking and other accessories 8)Must use a non radioactive source or x-ray tube not to exceed 40kV or 50µA for generating X-ray Excitation 9)Instrument must be capable of displaying beam time which includes hours of use, life of the x-ray tube as well as display how many times the tube is switched on and off. 10)Must be able to set tube and cooling mechanism on idle while instrument is on. 11)Must have the capability of adding new calibrations by the USER without going back to the factory or a service center. 12)Must be able to create Empirical Calibrations. 13)Must be able to load unlimited amount of profiles for custom operation including Display, Printer options and how readings are stored. Must be able to choose if the reading is stored as a pdf, excel spreadsheet or spectra on the PDA. 14)Must be able to operate in control sample mode for quality control. 15)Must be able to perform multiple averages. 16)Must be able to operate in type standardization mode to optimize for matrix changes. 17)Must be equipped with a protective sleeve at nose of the instrument for additional radiation safety. 18)Accessories to include: Instrument/battery holder, transport case, four battery packs, AC charger, adapter, protective cover, consumables for 200 samples, and docking station. DELIVERY LOCATION: USDA Forest Service Tahoe National Forest Attn: Brad Shipley 631 Coyote St. Nevada City, CA 95959 TECHNICAL CONTACT: Mr. Brad Shipley, USDA Forest Service, at 530-478-6185 or bshipley@fs.fed.us DELIVERY TIME FRAME: Delivery 30 to 45 days after receipt of order. SUBMISSION OF QUOTES: Offerors shall submit quotes to the office specified in this Solicitation on or before the exact time specified in the Solicitation. As a minimum, quotes shall show: (1) Solicitation No.; (2) name and address of offeror on company business letterhead or form, no later than close of business April 28, 2010. (3) Address quote to Attn: Peggy Scott, Purchasing Agent, USDA Forest Service, 631 Coyote St., Nevada City, CA 95959 or Fax Quotes to: (530) 478-6126, telephone (530) 478-6123; (4) price (5) specification pages; internet sites, and/or brochures that show the equipment meets specifications; (6) delivery time upon receipt of order, (7) remit to address, if different than mailing address; (8) DUN AND BRADSTREET NUMBER to verify Central Contractor Registration http://www.ccr.gov ; (9) Tax Identification Number; (10) completed ORCA registration, http://www.bpn.gov OR completed copy of the Representations and Certifications at FAR 52.212-3; and (11) acknowledgement of any Solicitation amendments. EVALUATION: Quotes shall be evaluated (1) Does the equipment meet or exceed the specifications. It is the contractor’s responsibility to provide enough information for the government to make a determination as to whether it meets/exceeds specification. The information can be internet sites, specification sheets, and/or brochures; (2) Qualified maintenance and repair facility (in addition, capable of handling warranty issues) available within 100 miles of delivery location; and (3) price. PROVISIONS AND CLAUSES: (a) The contractor shall comply with the following FAR clauses (current revision) which are incorporated in this contract by reference, to implement provisions of law or Executive Orders applicable to acquisitions of commercial items: (full text of all provisions and clauses to be found at: http://acquisition.gov/comp/far/loadmainre.html ) 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim (b) The contractor shall complete with FAR clauses (current revision) in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to the acquisition of commercial items: 52.204-7 Central Contractor Registration 52.212-1 Instructions to Offerors--Commercial Items 52-212-2 Evaluations – Commercial Items 52.212-3 Offeror Representations and Certifications--Commercial Items (ORCA REGISTRATION IS REQUIRED OR THIS CERTIFICATION MUST BE SUBMITTED WITH QUOTE) 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payments by Electronic Funds Transfer--Central Contractor Registration
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9A63/AG-9A63-S-10-0043/listing.html)
 
Place of Performance
Address: NEVADA CITY, California, 95959, United States
Zip Code: 95959
 
Record
SN02122022-W 20100416/100414235335-fec4120f36b0a68a59c93f5955aff84d (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.