Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2010 FBO #3113
SOLICITATION NOTICE

66 -- Gas Sorption Analyzer - Section B - SF 1449

Notice Date
6/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area, Area Office, 1815 N. University Street, Peoria, Illinois, 61604, United States
 
ZIP Code
61604
 
Solicitation Number
AG-5114-S-10-BB20
 
Archive Date
7/30/2010
 
Point of Contact
Mark O Volk, Phone: 309-681-6618, Rebecca A. Holzinger, Phone: 309-681-6616
 
E-Mail Address
mark.volk@ars.usda.gov, becky.holzinger@ars.usda.gov
(mark.volk@ars.usda.gov, becky.holzinger@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SF 1449 Section B 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; quotes are being requested and a written solicitation will not be issued. Solicitation No. AG-5114-S-10-BB20 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. The NAICS code applicable to this acquisition is 334516. This is a Total Small Business Set-Aside. For a company to qualify as a small business, the small business size standard is 500 employees or less. The Government intends to issue a firm fixed price purchase order using Simplified Acquisition Procedures on or about June 30, 2010. All responsible sources may submit a quotation which shall be considered by the agency. The USDA, ARS, MWA, National Center For Agricultural Utilization, Peoria, IL has a requirement/need for a Gas Sorption Analyzer capable of meeting the highly specific needs of the end user and must include the following minimum salient characteristics: GENERAL OPERATIONS 1) P/Po range of 10-7 – 0.99; 2) Software analytical tools for BET, BJH, Langmuir, DFT, t-plot for surface area, pore size and volume measurements; 3) Surface area analysis range of 0.5 m2/g and above using nitrogen; 4) TCD and mass analyzer with mass range to 200 amu with in-line cold trap; 5) Outgassing ultimate vacuum of 3 x10-10 mmHg with temperature programming to 400°C; 6) At least five adsorbate ports; 7) Windows-compatible operational and analytical software; 8) All necessary cables and connectors; 9) A set of sample holders for both physisorb and chemisorb measurements; CHEMISORPTION CAPABILITIES 1) TPO/TPD/TPR flow analysis for chemisorption with a temperature range to 1000°C and cooling fan; 2) In-situ treatment: Automatic flow degassing/reduction/oxidation, evacuation, heating profiles, pressure-rise tests; 3) Isotherms: First (combined), second (weak, reversible), strong (irreversible) by difference. Automatic evacuation between first and second isotherms. 4) Active metal: Area, dispersion, nanocluster (crystallite) size; 5) Simultaneous degasser operation during chemisorption analysis; PHYSISORPTION ANALYSES: 1) Isotherms: Up to 1000 data points (per station), adsorption and/or desorption; 2) Surface Area: BET, Langmuir, STSA, DFT, BJH; 3) Micropores: NLDFT, QSDFT, Monte-Carlo, t-plot, alpha-s method, MP method, DR & DA methods; 4) Mesopores: NLDFT, BJH, DH NLDFT METHODS: Kernels for N2 on silica and carbon OPERATING MODES: Classical helium void volume or (patented) helium free mode. SIMULTANEOUS OPERATION: Analysis with degassing, both analysis stations OTHER: Total pore volume and average pore size TRADE IN: Quantachrome Autosorb 1C with TCD with micropore analysis capability (i.e. I torr transducer). Two outgasser stations, complete Autosorb and TPRwin software packages for physisorption and chemisorptions analyses, programmable furnace with maximum temperature of 1100°C, four gas ports for chemisorption. Removal of trade-in Quantachrome Autosorb 1C is to be included in trade-in pricing. 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 PROPOSAL: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price and total price; 2) shop drawings, descriptive literature, brochures, information on service and support; 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 proposed and if possible include the email address of the person to be contacted; and 4) 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://acquisition.gov/comp/far/loadmainre.html. DELIVERY TO: USDA-ARS-NCAUR, Peoria, IL. QUOTE PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. Installation, set-up and training for new instrument. DELIVERY DATE DUE: The Government requires delivery on or about 12 weeks after award, however, each offeror shall include their proposed delivery schedule as part of their quote. The following provisions and clauses apply to this acquisition and can be found in full text at http:/acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.211-6, Brand Name or Equal; 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); FAR 52.204-7, Central Contractor Registration (ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IN ORDER TO RECEIVE AN AWARD.) The website address for registration is: http://www.ccr.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference are as follows: 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 are applicable to this acquisition: The following FAR clauses cited in 52.212-5 are applicable to this acquisition: a. 52.219-6 Notice of Total Small Business Set-Aside, b. 52.219-28 Post Award Small Business Program Rerepresentation, c. 52.222-3, Convict Labor (E.O. 11755), d. 52.222-19, Child Labor, e.52.222-21, Prohibition of Segregated Facilities, f. 52.222-26, Equal Opportunity, g. 52.222-36, Affirmative Action for Workers with Disabilities, h. 52.225-1 Buy American Act – Supplies, i. 52.225-13 Restriction on Certain Foreign Purchases, j. 52.232-36 Payment by Third Party FAR 52.233-3 Protest After Award; 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; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer -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://acquisition.gov/comp/far/loadmainre.html. SHIPPING: FOB Destination. 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. Award will be made based on overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. Each Proposal shall respond to each of the evaluation factors identified. With the exception of past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated against the salient characteristics and minimum requirements. B) Delivery. C) Warranty. 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.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Quotes to Rebecca Holzinger, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., June 16, 2010. Additional information may be obtained by contacting the Contracting Officer at (309) 681-6616 or email above. Contracting Office Address: 1815 N. University Street Peoria, Illinois 61604 Place of Performance: USDA, ARS, MWA, NCAUR 1815 N. University Street Peoria, Illinois 61604 Primary Point of Contact.: Mark O. Volk Contract Specialist Mark.volk@ars.usda.gov Phone: (309) 681-6618 Fax: (309) 681-6683
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-5114-S-10-BB20 /listing.html)
 
Place of Performance
Address: USDA, ARS, MWA, NCAUR, 1815 N. University Street, Peoria, Illinois 61604, Peoria, Illinois, 61604, United States
Zip Code: 61604
 
Record
SN02164809-W 20100603/100601234359-117bf4590c1135146142e48b3dba4960 (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.