Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2017 FBO #5649
SOLICITATION NOTICE

66 -- Flow Injection Analyser

Notice Date
5/10/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Agricultural Research Service - Midwest Area
 
ZIP Code
00000
 
Solicitation Number
AG-5615-S-17-BB03
 
Archive Date
7/10/2017
 
Point of Contact
Dolores J Milton, Phone: 608-890-0045
 
E-Mail Address
dolores.milton@ars.usda.gov
(dolores.milton@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; proposals are being requested and a written solicitation will not be issued. Solicitation No. AG-5615-S-17-BB03 may be issued as a Request for Proposals (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The NAICS code applicable to this acquisition is 334516. For a company to qualify as a small business, the small business standard is 500 employees or less. The USDA, ARS, MWA, Environmental Integrated Dairy Management Research Unit (EIDMRU) has a requirement / need for a Flow Injection Analysis Instrument Brand Name or Equivalent to Lachat Instruments Quikchem 8500 Series 2 FIA System. The equipment must be a flow injection analysis instrument capable of running samples of different matrixes to determine at minimum, ammonia, nitrate, and orthophosphate content. It must have a photometer capability to read 340-880 nm with a heating unit capable of temperatures 25-100°C with a reagent pump and have an interference filter, accuracy and reproducibility of 0.5%. This instrument will be used to analyze runoff, soil and plant digests and extracts, and air sampling filter extracts for content of total nitrogen, total phosphorus, ammonia, nitrate, and reactive phosphorus in a wide number of studies and may be utilized by multiple scientists at this location. THE SALIENT CHARACTERISTICS: The Flow Injection Analysis Instrument must meet these minimum requirements: 1) photometer capable of reading 340-880 nm, 2) reagent pump preferably with up to 16 positions, 3) interference filter, 4) heating unit capable of temperatures 25-100°C, 5) accuracy and reproducibility of 0.5%, 6) utilize sample volumes as low as 2-250 µL, 7) conduct area/height analysis for peak measurement, 8) analyze multiple sample matrices including waters, soil extracts, plant and soil digests, and extracts of air sampling filters, 9) analyze ammonia-nitrogen, nitrate-nitrogen, and orthophosphate, 10) broad working range 0.002 ppm - 10 ppm, 11) high sample throughput 60-120 samples/hour, 12) data quality management enabled software, 13) compatible with ASX-520 autosampler, 14) 2 channels, 15) preferred to be compatible with manifold model # 52902, 16) preferred to include option to analyze additional parameters and matrices, 17) include training, 18) include minimum maintenance and consumable costs, 19) installation and setup by a trained technician, 20) training of scientists and technicians. DESCRIPTIVE LITERATURE: Offerors shall submit 1 copy of the Descriptive Literature describing their proposed equipment and any other operating literature. DOCUMENTS TO BE INCLUDED IN PROPOSAL: In order to be considered for award Offerors shall provide 1) A quote on company letterhead detailing the item description, unit price and total price; 2) Descriptive literature, brochures, information on service and support; 3) At least 3 to 5 references for the proposed equipment. References must have received the proposed equipment within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the product proposed and if possible include the email address of the person to be contacted; 4) Company DUNS number; 5) GSA Contract Number and Expiration Date (if applicable to equipment requested), and 6) Offerors shall include a completed copy of the provisions FAR 52.212-3 only, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at https://acquisition.gov/comp/far/loadmainre.html. REJECTION OF PROPOSAL: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at https://acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR52.212-2, Evaluation - Commercial Items: FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Proposal); FAR 52.214-21, Descriptive Literature (Provide with Proposal); FAR 52.204-7, FAR 52.204-10 System Award Management database (ALL OFFERORS MUST BE REGISTERED AND ACTIVE IN THE SYSTEM AWARD MANAGEMENT ‘SAM' DATABASE IN ORDER TO RECEIVE AN AWARD). The website address for registration is: https://www.sam.gov; and FAR 52.222-22, Previous Compliance Report, FAR 52.252-2, Clauses Incorporated by Reference are as follows: FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 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; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System Award Management (31 U.S.C. 3332); 52.232-35, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html. SHIPPING: FOB Destination. DELIVERY TO: USDA-ARS, EIDMRU, 2615 Yellowstone Drive, Marshfield, WI 54449. PROPOSAL PRICE MUST INCLUDE: Shipping or handling fees, as well as any applicable duties, brokerage, or customs fees. DELIVERY DUE DATE: on or before July 14, 2017, however, each offeror shall include their proposed delivery schedule as part of their quote. 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. EVALUATION & AWARD FACTORS: The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. Each Proposal shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge or associations. The Evaluation Factors are as follows: A) Descriptive Literature, B) Warranty, C) Training, D) Installation. All quotes will be rated against the salient characteristics and minimum requirements. The Offeror 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 Government's right with regard to the other terms and conditions of this contract. In the event of conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contactor shall provide a copy of its standard commercial warranty (if applicable) with this response. 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 those documents related to this procurement, if any. Furnish Proposals to Dolores Milton, Contracting Officer, USDA, ARS, Administration Office, Dairy Forage Research Center, 1925 Linden Drive, Madison, WI 53706-1108, no later than 4:30 p.m. (CST) May 25, 2017. Proposals and other requested documents may be provided by facsimile to (608) 890-0048 if desired. Additional information may be obtained by contacting the Contracting Officer at (608) 890-0045 or Email
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8bbfec3c079a726efd8481583cad01cb)
 
Place of Performance
Address: USDA-ARS Administration Office, 1925 Linden Drive, Madison, Wisconsin, 53706, United States
Zip Code: 53706
 
Record
SN04503778-W 20170512/170510235713-8bbfec3c079a726efd8481583cad01cb (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.