SOLICITATION NOTICE
66 -- Notice of Intent to Sole Source Acquisition - Notice of Intent to Sole Source Acquisition
- Notice Date
- 7/11/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Agricultural Research Service - Western Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- AG-32SD-S-14-0047
- Archive Date
- 8/9/2014
- Point of Contact
- Vinay Kaul, Phone: 510-599-6016
- E-Mail Address
-
vinay.kaul@ars.usda.gov
(vinay.kaul@ars.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- SOLE SOURCE JUSTIFICATION This is a combined synopsis/solicitation for commercial item, the solicitation no. AG-32SD-S-14-0047 is issued for a Request for Quote (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 334516. The USDA, Agriculture Research Service (ARS), Pacific West Area (PWA) research laboratory located at 24106 N. Bunn Road, Prosser, WA 99350-9687 intends to make an award, on a sole-source basis, to Agilent Technologies, Inc for supply of a liquid chromatograph-mass spectrometer system (LCMS) instrument. The mass spectrometer must either include its own HPLC modules or be capable of interfacing with Agilent 1100 pumps, column oven, diode array detector, degasser, autosampler, fluorescent detector and nitrogen generator. If the mass spectrometer is interfacing with Agilent modules, then it should have software that is stable and controls the Agilent modules. If not interfacing with the Agilent modules, then the unit must include a pump capable of 600 bar pressure, a thermostatted autosampler, degasser and diode array detector, in addition to the mass spectrometer. The mass spectrometer must be a triple quadrupole capable of detecting 1pg of reserpine with a signal to noise ration of > 1500:1. It must be capable of SIM and MRM with dynamic and triggered MRM modes and accept multiple ionization sources including ESI and APCI. Dynamic range should be greater than 1 x106 and instrument should be capable of fast polarity switching. Mass range should be at least 5-2000 m/z. The LCMS will be used to identify and quantitate phytonutrients and other metabolites in plant tissues. This instrument will allow to screen diverse potato germplasm for compounds of interest and facilitate development of potatoes with higher amounts of phytonutrients and measure undesirable compounds such as glycoalkaloids. The LCMS will also be used to examine correlations between gene expression and metabolites. New equipment only; no refurbished or remanufactured equipment. Must include manufacturer's warranty. All potential sources are encouraged to provide information on their capabilities to meet this requirement. In order to be considered a potential source, interested parties must submit clear and convincing documentation demonstrating the capabilities to satisfy the requirement specified above and advantages to the Government to consider another source. The documentation shall include prices and descriptive literature containing sufficient technical documentation to establish a bona fide capability to meet this requirement. Only written responses will be considered, oral communications are not acceptable in response to this notice. All responses from responsible sources will be fully considered. As a result of analyzing responses to this synopsis, the contracting officer may determine that a solicitation will be issued. If a solicitation is issued, no additional synopsis will be published. Any such solicitation will be issued to the intended schedule vendor and all firms that respond to this synopsis. A determination by the Government to compete this requirement based on responses to this notice is solely at the discretion of the Government. If no affirmative written response is received by 1630 PST, 25 July 2014, an award will be pursued with the company mentioned above. Delivery is to the USDA, Agriculture Research Service, Pacific West Area, 24106 N. Bunn Road, Prosser, WA 99350-9687 The provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies to this acquisition, with these additional FAR clauses cited in the clause applicable to the acquisition: 52.204-7 System for Award Management; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.223-18, Contractor Policies to Ban Text Messaging While Driving; 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, Alt II; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.232-36, Payment by Third Party. The full text of all clauses and provisions are available at www.acqnet.gov and http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/subchaph.html#22871 The priced quotations are due 25 July 2014, 1630 PST, to vinay.kaul@ars.usda.gov Contact Vinay Kaul, 510-559-6016, vinay.kaul@ars.usda.gov for information regarding this solicitation. All businesses wishing to conduct business with the US. Federal Government are required to obtain a DUNS number and register in SAMS (System for Award Management). The System for Award Management (SAM) is a Web-enabled government wide application that collects, validates, stores and disseminates business information about the federal government's trading partners in support of the contract award, grants and the electronic payment processes. All businesses must be registered and have an active registration, when submitting their quote. Please note your DUNS# on your quote and your payment preference.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f4d9be682fc3b6277f54aab848d61ab6)
- Place of Performance
- Address: USDA, Agriculture Research Service, Pacific West Area, 24106 N. Bunn Road, Prosser, Washington, 99350, United States
- Zip Code: 99350
- Zip Code: 99350
- Record
- SN03422125-W 20140713/140712022030-f4d9be682fc3b6277f54aab848d61ab6 (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 |