Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2015 FBO #5012
SOLICITATION NOTICE

66 -- Isotope Ratio Mass Spectrometer

Notice Date
8/12/2015
 
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-15-0038
 
Point of Contact
Michael A. Douglas, Phone: (979) 260-9480
 
E-Mail Address
michael.douglas@ars.usda.gov
(michael.douglas@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
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 solicitation is being issued using simplified acquisition procedures under Subpart 13.5 - Test Program for Certain Commercial Items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is AG-32SD-S-15-0038 and is issued as a request for quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-83. The acquisition is a 100% Small Business Set-Aside. The NAICS code is 334516, business size standard is 500 Employees. The Government intends to issue a firm-fixed price purchase order for this requirement. The USDA, ARS, PA, Grand Forks Human Nutrition Research Center (GFHNRC), 2420 2nd Ave. North, Grand Forks, ND 58203 has a requirement for an Isotope Ratio Mass Spectrometer. CLIN 001 - 1 Each, Isotope Ratio Mass Spectrometer The minimum requirements are as follows: 1) One year warranty for all parts and labor. 2) Service manuals will be provided. 3) All shipping to be FOB destination (Grand Forks Human Nutrition Lab). 4) Workstation to be provided with equipment and equipped with Windows 7 Professional-64 bit. 5) All software to be Windows 7-64 bit compatible. 6) Installation provided. 7) Data acquisition boards provided. 8) To include all connecting hardware (computer cords, gas line connections, regulators, etc.) 9) Instrument must include elemental analyzer for combustion analysis of solid and liquid samples. 10) Instrument must be able to measure isotopically labeled breath/gaseous samples. 11) Instrument must be able to perform doubly labeled water analysis. 12) Instrument must be field-upgradable to add a GC or GC-MS to the IR-MS capabilities. 13) The company must offer regularly scheduled, formal user training courses or be able to provide on-site training from a qualified trainer. 14) On-site training in use of instrument provided to include: a. instrument tuning, b. analysis of solid, liquid and gaseous samples, c. doubly-labeled water analysis, d. start-up and shut-down procedures, e. trouble shooting and maintenance, 15) Quality Control Software (calibration and run validation) 16) Autosampler or autosamplers capable of handling gas, liquid and solid samples. 17) Software must be able to interface with computer network to import and export information between the instrument and our in-house LIMS (SAMTRAK) 18) Power Source 200-240 V, single phase. (Please include appropriate power conditioner or UPS with quote.) 19) Vendor should make detailed proposal on how they will ensure rapid commissioning and implementation of high throughput high precision analysis. 20) The instrument control software should have a library of diagnostic routines which automate the measurement of the quantities that are measured in the final test of an instrument, including absolute sensitivity, relative sensitivity, linearity, 21) Vendor must have US based isotope service staff. Please provide documentation including names and locations of service staff. 22) Availability of telephone support, including telephone numbers and email addresses, must be detailed. Information may be used to contact during bid evaluation, in order to evaluate the length of time and quality of response to technical and procedure questions. 23) Please include with the quote the costs for: a. Consumables for 1000 samples b. Optional second-year service agreements c. Site preparation guide d. A copy of training schedule for current year, along with the published syllabus. QUOTES SHALL INCLUDE THE FOLLOWING: 1. Firm-Fixed Price to include delivery and setup (FOB Destination) to the USDA, ARS, PA, Grand Forks Human Nutrition Research Center (GFHNRC), 2420 2nd Ave. North, Grand Forks, ND 58203. The schedule for delivery and setup for the equipment to the site is 120 days from receipt of award. Each quoter shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. 2. DUNS number for verification of SAM registration. ( www.sam.gov ) 3. Include literature sufficient to determine conformance of the equipment to meet or exceed the specifications. 4. Provide three (3) references supporting the ability to deliver and install the items on schedule and in quantities requested. Quoters are to provide: Customer; Contract/Task Order Number, Contract type, total contract value, description of work performed, and relevancy pertinent to this requirement, names, telephone numbers, and email address for point of contact. The Contractor must comply with the Farm Security and Rural Investment Act of 2002 (FSRIA), 7 U.S.C. 8102; the Food, Conservation and Energy Act of 2008 (FCEA), 7 U.S.C. 8102; the Federal Acquisition Regulation; Executive Order (EO) 13514, "Federal Leadership in Environmental, Energy and Economic Performance," dated October 5, 2009; EO 13423, "Strengthening Federal Environmental, Energy, and Transportation Management," dated January 24, 2007; and Presidential Memorandum, "Driving Innovation and Creating Jobs in Rural America through Biobased and Sustainable Product Procurement," dated February, 2012 to provide biobased products. 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 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.223-1 Biobased Product Certification; 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at www.acquisition.gov/far. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. The SAM is the Government repository, which retains information on Government contractors. 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. Potential offerors will be responsible for downloading their own copy of these documents (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. Furnish quotations to Michael Douglas, Contracting Officer, no later than the response date and time listed in this solicitation. Quotations must be received in writing via facsimile, Email or mail to the contacts listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9d0f5ff01b8acf4bf2df16402c8e5200)
 
Place of Performance
Address: USDA, ARS, PA, GFHNRC, 2420 2nd Ave. North, Grand Forks, North Dakota, 58203, United States
Zip Code: 58203
 
Record
SN03836182-W 20150814/150813000321-9d0f5ff01b8acf4bf2df16402c8e5200 (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.