Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 14, 2014 FBO #4738
SOLICITATION NOTICE

66 -- MODULAR COMPACT RHEOMETER WITH TEMPERATURE CONTROL

Notice Date
11/12/2014
 
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-4431-S-15-0001
 
Archive Date
12/10/2014
 
Point of Contact
Shalunda S. Mix, Phone: 662-686-5346
 
E-Mail Address
shalunda.mix@ars.usda.gov
(shalunda.mix@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. The solicitation number is AG-4431-S-15-0001 and is issued as a request for quotation (RFQ). The NAICS code is 334516 Analytical Laboratory Instrument Manufacturing. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-72. The USDA, ARS, WBSC intends procure a research rheometer to aid in cottonseed utilization research for the Commodity Utilization Research Unit in New Orleans, LA. The following items with noted capabilities are required for this procurement: (1) Research Rheometer - Rheometer must utilize a quick connect system for measuring system attachment which can be operated with one hand and which is of such precision that re-zeroing of the gap after removal for cleaning is not necessary. The rheometer must offer automatic recognition of measuring systems and chambers which positively identifies each to the serial number level with no user programming or selection in the software. The automatic recognition system for measuring systems shall be reprogrammable to provide maximum flexibility with custom made fixtures. The automatic recognition system must include all engineering parameters for the measuring systems and chambers including dimensions, cone angle where relevant, temperature range permitted, coefficient of thermal expansion, and must provide automatic check for compatibility between the measuring system and chamber. The rheometer shall be delivered with maximum normal force of 50 N. The rheometer must have available options for pressurized measurements up to 400 bar, fluorescence rheomicroscopy for wavelengths of 450-560 nm, and convection oven measurements with relative humidity control from 5% to 95% with parallel plate, cone-plate, torsion bar, and extensional fixtures. The rheometer shall be delivered with automatic check for thermal equilibrium within the sample with automatic test start after the sample thermal equilibrium is achieved. The check for thermal equilibrium shall be based upon the sample temperature and not the measuring system and/or chamber temperature(s). (2) Air dryer is also needed with two coalescing filters, membrane filter, and pressure regulator (3) Circulation Thermostat - counter-cooling system for Peltier shall require no more than 4.5 L of fluid volume and shall have the ability to achieve temperatures of -20°C to 100°C. It shall require no more than 7.9"x14.2"x22" (wxlxh) bench space. (4) Appropriate Software (5) Peltier Controlled Plates - The lower Peltier plate must have the ability to measure and adjust the gap independent of temperature and thermal expansion. The adjustment of the gap shall be based off the conditions not more than 3mm from the sample location to ensure precise control of the sample gap despite large swings in ambient temperature. The gap control mechanism must be such that re-zero between runs is not necessary even when removing the measuring system for cleaning and/or testing at temperatures far from where the zero gap was conducted. (6) Peltier Controlled Hood - The upper hood must be fully Peltier controlled and must include ability to introduce dry, inert gas into the hood at multiple points in a manner that is symmetrical to the measuring system shaft so as to not cause noise air currents and shall include an adjustable flow meter for control of the inert gas. The upper hood shall include a solvent channel on top for use with a solvent trap which can be affixed to the measuring system shaft. The upper hood shall permit testing with measuring systems up to 75mm diameter. (7) Measuring cone (8) Measuring plate (9) Two year comprehensive Manufacturer's warranty (10) Two year Onsite training plan including minimum two annual visits for training of new users, method development, and advanced training. 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 per item, total price and valid for at least 60 days after receipt of quote. 2) at least 3-5 references (Government references preferred but will accept commercial references). References shall be provided for the service proposed and if possible include the email address of the person to be contacted; and 3) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer and will be considered. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 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 applies, with the following clauses 52.222-3, Convict Labor; 52.233-3, Protest after award, and 52.219-8, Utilization of Small Business Concerns; 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, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS. DELIVERY: FOB Destination. Deliver to USDA, ARS, New Orleans, LA. QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees. DELIVERY DUE DATE: The Government requires delivery on or before 30 ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. 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. The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material and capabilities of the offerors equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by COB 4:00 p.m. central standard time, November 25, 2014. Quotations are to be addressed to Shalunda Mix, Contract Specialist, USDA, ARS, WBSC, P. O. Box 225, 141 Experiment Station Road, Stoneville, MS 38776-0225. Additional information may be obtained by contacting the Contracting Officer at (662)686-5346/ shalunda.mix@ars.usda.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/254415ebc1d89793a4881a398e3fdbbf)
 
Place of Performance
Address: USDA, ARS, SRRC, 1100 ROBERT E. LEE BLVD, NEW ORLEANS, Louisiana, 70124, United States
Zip Code: 70124
 
Record
SN03571098-W 20141114/141112234230-254415ebc1d89793a4881a398e3fdbbf (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.