Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2017 FBO #5782
MODIFICATION

66 -- NIRS Analyzers

Notice Date
9/20/2017
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Agricultural Research Service - Western Business Service Center
 
ZIP Code
00000
 
Solicitation Number
AG-32SD-RFQ-17-MD36
 
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 announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is AG-32SD-RFQ-17-MD36 and is issued as a request for quotation (RFQ). This solicitation is a small business set-aside. The NAICS is 334516 Analytical Laboratory Instrument Manufacturing and business size is 1,000 employees. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-95. Minimum Specifications for Two (2) NIRS Analyzer •Must be backwards compatible with the FOSS NIRS 6500 and existing calibration curves on the FOSS NIR 6500 must directly transfer to the new instrument without the need to recalibrate, adjust, or validate the curves; •Must be spectrally matched (standardized) as "slave" to a FOSS "master" instrument, out-of-the-box; •Must read all FOSS NIR data files (*.nir, *.cal, *.anl, *.eqa, *.lib, *.dat, *.chk) directly and without conversion to another format; •The wavelength range must be 400-2500 nm which is required for research; •The wavelength accuracy must be <0.05 nm; •The wavelength precision instrument to instrument must be <0.02 nm with single instrument precision < 0.05nm; •Complete Flour Milling Package Calibrations available; •Optical bandwidth of 8.75 +/- 0.1nm; •Spectral resolution of 0.5nm; •Absorbance range up to 2 AU; •Must have both reflectance and transflectance measurement modes; •Signal to noise in the 400-700nm range <50 micro au and in 700-2500nm < 20 micro au •The USDA, ARS intends to trade-in two (2) FOSS NIRS 6500 instruments so please include the trade-in discount as part of your price quote. •Price shall include training and setup at the delivery site. Price to include deliverables (FOB Destination) to the USDA, ARS, PA, Center for Grain & Animal Health Research (CGAHR), 1515 College Ave, Manhattan KS 66502. The schedule for delivery to the site is 10 weeks after receipt of order. On company letterhead, quoters shall submit a firm-fixed price quote and a technical proposal that demonstrates the product(s) or services proposed meets the requirements of the Specifications/Statement of work. MAKE SURE your Price is provided separately from your Technical proposal. Quoter shall clearly demonstrate its approach to technical ability to meet the requirements of the Specifications/Statement of Work, quality, warranty and timeliness of delivery. Include descriptive literature in sufficient detail to evaluate their product against the attached minimum specifications. The quoter shall provide a quotation on company Letterhead. In addition to the completed pricing, the quoter shall provide sufficient price information to allow the contracting officer to determine the completeness and reasonableness of the quote. Each quoter shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. Failure to provide the required information in the requested format may result in quotes not being considered for award. 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/c315842bccc23349b01acfc9635ee034)
 
Place of Performance
Address: USDA, ARS, PA, CGAHR, 1515 College Ave, Manhattan, Kansas, 66502, United States
Zip Code: 66502
 
Record
SN04685951-W 20170922/170920231705-c315842bccc23349b01acfc9635ee034 (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  © 1994-2020, Loren Data Corp.