SOLICITATION NOTICE
66 -- Laser Diffraction Soil Particle Size Analyzer
- Notice Date
- 5/12/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Agricultural Research Service - Southeast Area
- ZIP Code
- 00000
- Solicitation Number
- RFQ-15-4389-E002
- Archive Date
- 6/12/2015
- Point of Contact
- Juan C. Gaytan, Phone: 2293863496
- E-Mail Address
-
juan.gaytan@ars.usda.gov
(juan.gaytan@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 this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number RFQ-15-4389-E002 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 2005-82. The NAICS code applicable to this acquisition is 334516. The small business size standard is 500 employees. Laser Diffraction Soil Particle Size Analyzer Technical specifications for automated particle size analyzer: Required: 1. Must be able to process samples suspended in liquids... including water and 5% hexametaphosphate solution. 2. System must be capable of automated pumping suspension liquids from carboys of water or hexametaphosphate solution. 3. Must have an in-system sonication probe whose use is a selection option within the programmed software. The probe must be located in a position that it can treat samples of 2000 micometers and less in effective diameter. 4. Quote must specify the energy output range and the selectable time of sonication for the sonication probe. 5. System must be able to quantify percentage content of particles within size class ranges selectable by the software. 6. Particle size range detection must include diameters between 0.1 to 2000 micrometers. 7. Detection accuracy, precision and repeatability must be better than 1%. 8. Optical systems must have auto-alignment functionality. 9. Quotes must be inclusive of computer and software controlling system. 10. Complete system should be small-profile and easily fit onto a typical laboratory bench (depth of counters is 29" front to back). 11. Quotes must specify warranty information on all sub-components. 12. Vendors/contractors must provide current extended warranty prices and included coverages for quoted system. Preferred: 1. Software compatible with Windows 8.1. 2. Autosampling attachment / preparation station that can run batches without constant user attention. 3. Optional module(s) available to run dry samples. Should be listed as a separate quote. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforming to the specifications will be most advantageous to the Government. 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. Please note on your proposal if you will accept a government purchase (VISA) card. This solicitation incorporates the following FAR clauses, provisions and addendums: 52-212-1 Instructions to Offerors-Commercial Item; 52.212-3 Offeror Representations and Certifications-Commercial Items - annual representations and certifications are required. Offers shall include a statement as follows on their offer: the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at https://www.sam.gov have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference, except for paragraphs ______________; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. In paragraph B of 52.212-5, the following apply: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.225-33. In the event the vendor will accept payment via the Government Purchase Card (VISA), the vendor shall annotate on its offer that it will accept the purchase card, and clause 52.232-33 will be superseded by clause 52.232-36. Vendor MUST send descriptive literature. The contractor 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 Governments's rights 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 its response. Responses are 16 days from the date this notice is published in the FedBizOps by 4:00 PM EST time, May 28, 2015 at USDA Agricultural Research Service, 2316 Rainwater Rd, Tifton, GA 31794 (or POB 748, Tifton, GA 31793). POC Juan C. Gaytan, Purchasing Agent, 229-386-3496 or FAX 229-386-7225.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1e559fb080b563d2c035df110e6ee15c)
- Place of Performance
- Address: USDA ARS, 2316 Rainwater Rd, Tifton, Georgia, 31793-0748, United States
- Zip Code: 31793-0748
- Zip Code: 31793-0748
- Record
- SN03727741-W 20150514/150512235025-1e559fb080b563d2c035df110e6ee15c (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 |