Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2012 FBO #3946
SOLICITATION NOTICE

66 -- Soil Particle Size Analyzer

Notice Date
9/11/2012
 
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-52KJ-S-12-0027
 
Archive Date
10/6/2012
 
Point of Contact
Danielle Cooley, Phone: 765-494-5607
 
E-Mail Address
danielle.cooley@ars.usda.gov
(danielle.cooley@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
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; quotes are being requested and a written solicitation will not be issued. Solicitation No. AG-52KJ-S-12-0027 is being issued as a Request for Quote (RFQ) using full and open competition. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. The NAICS code applicable to this acquisition is 334516. The USDA-ARS in West Lafayette, Indiana, has a requirement for a bench top laser diffraction particle size analyzer, to analyze soil for sand, silt, and clay content. The instrument must be capable of measuring soil aggregate stability and soil particle sizes in sediments, and must meet the following technical specifications: 1. Must use a WET dispersion method for separating the components of the soil. 2. Must measure particles from 0.02 to 2000+ microns. 3. Must be less than 30"W and 20"D due to space constraints in lab. 4. Electrical must be 110V. Quote must also include: 1. All software required to utilize the instrument. 2. Setup and training on the instrument. 3. Description of support and technical services available after installation of instrument. EVALUATION PROCEDURES: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered (i.e. "Best Value"). The following factors shall be used to evaluate offers: Technical Acceptability (per the list of specifications above), Price, and Past Performance. Technical and Past Performance, when combined, are approximately equal to Price. A written notice of award of acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. DELIVERY: FOB Destination. Items shall be delivered within 90 days after receipt of order to West Lafayette, IN. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide: 1) A quote on company letterhead including company DUNS #; 2) Offerors shall include a completed copy of the provision FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS, with this offer. FAR 52.212-3 can be found on-line at www.arnet.gov/far. PROVISIONS AND CLAUSES: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.arnet.gov/far. 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: www.arnet.gov/far. The following provisions and clauses apply to this acquisition and are hereby incorporated by reference: 1. FAR 52.212-1, Instructions to Offerors - Commercial Items 2. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (MUST provide with quote) 3. 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.sam.gov 4. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, with the following addenda to FAR 52.212-4: FAR 52.247-34, FOB Destination; 5. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following FAR clauses cited in 52.212-5 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33 Payment by EFT (Central Contractor Registration); 52.232-36, Payment by Third Party (31 U.S.C. 3332); and 6. FAR 52.233-3, Protest After Award. Furnish quotations to Danielle Cooley, Contracting Officer, USDA-ARS, 275 S. Russell St., West Lafayette, IN 47907, no later than 2:00 p.m., September 21, 2012. Quotations and other requested documents may be provided by facsimile to (765) 494-1705 if desired. You may also provide quotations and documentation via email to the Contracting Officer; HOWEVER, you must request and receive verification from the Contracting Officer that your quote has been received. Please enter "Solicitation AG-52KJ-S-12-0027" in the subject line. Additional information may be obtained by contacting the Contracting Officer at (765) 494-1705 or email above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-52KJ-S-12-0027/listing.html)
 
Record
SN02877838-W 20120913/120912001752-85d368075d479583809801ec278f94ce (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.