MODIFICATION
66 -- Automated Multi-Chemistry Discrete Analyzer
- Notice Date
- 9/14/2021 3:36:31 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
- ZIP Code
- 61604
- Solicitation Number
- 12505B21Q0171
- Response Due
- 9/24/2021 3:00:00 PM
- Archive Date
- 10/09/2021
- Point of Contact
- Aaron Dimeo, Phone: 6088900067
- E-Mail Address
-
aaron.dimeo@usda.gov
(aaron.dimeo@usda.gov)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation number 12505B21Q0171 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-07. The associated NAICS code is 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1,000 employees and the PSC code is 6630. The Department of Agriculture (ARS) has the need for the following products: 001) Automated Multi-Chemistry Discrete Analyzer Scope of Work: The USDA-ARS Food Animal Environmental Systems Research Unit (FAESRU) in Bowling Green, KY is requesting quotes for an automated multi-chemistry discrete analyzer. Background: Acquire an Automated Multi-Chemistry Discrete Analyzer to replace aging and outdated instrument in the Soil Lab which will utilize similar wet chemistry methods of the current analyzer and will minimize operator interaction at the USDA-ARS FAESRU in Bowling Green, KY.� The soil research laboratory at the Bowling Green USDA-ARS FAESRU has been utilizing a flow injection analysis instrument for determination of soil nitrate+nitrite, ammonia, and phosphate. This aging instrument has been in operation since the beginning of our research facility. The manufacturer has decided to move away from this technology and support/replacement parts in the future is uncertain.� Discrete analyzers utilize similar wet chemistry methods as our current system however they improve automation, reduce reagent consumption, and decrease waste generation. Technical Requirements:� The automated multi-chemistry discrete analyzer must be compact, enclosed, and operate as a benchtop unit. The discrete analyzer must be able to analyze at a minimum the following parameters: nitrate+nitrite, ammonia, and phosphate for soil and water samples. All associated software must be included to control the discrete analyzer.� Three days of installation and training over the analyzer and software will be provided by the manufacturer.� Individual specifications of the discrete analyzer include: System must have the option of a sample tray for up to 120 samples on board. System must have the option to place up to 26 reagent containers. Containers must be capable to be filled up to any level up to 40 mL. System shall employ stopped-fill reaction product reading in a temperature- stabilized quartz glass flow through cuvette to eliminate flow noise and maximize the signal-to-noise ratio. System must be equipped with a 10 mm path length, temperature-stabilized, optical quality glass, flow through cuvette to ensure a highly reproducible optical path. Complete flushing between samples prevents carryover and cross- contamination. The system must not require a wiping system to either the flow through cuvette or reaction wells. Instrument must employ a static wash well equipped with constant clean water recirculation to ensure efficient cleaning of probe and dispense system. System must employ an additional moving probe flusher which constantly cleans the probe before each travel action. For nitrate determination, the system must employ an in-line open tubular cadmium reactor to thoroughly reduce nitrate to nitrite. The system must also be capable of automatically reactivating the coil on-line with copper sulfate solution. The system shall be capable of running nitrite separately by automatically switching the cadmium reactor out of line, determining nitrite, then subtracting the nitrite result from nitrate + nitrite to give a final nitrate concentration. Software must perform closed-loop data quality monitoring and control wherein QC samples and standards (spikes, duplicates, check standards, proficiency standards, etc.) can be specified together with their QC limits. If any QC limit is exceeded, the operator can also specify a corrective action. For example, if a check standard fails, the operator can direct the analyzer to automatically recalibrate and re-run all samples from the last check standard that passed then continue on with the remaining samples with no operator intervention. The software must allow for both short and long-term QC charting to track system performance with respect to accuracy and precision by continually tracking check standard mean and standard deviation. The vendor must provide a full 1-year warranty (parts and labor) from installation on defects in components, materials, and workmanship. Vendor must supply technical support from own employees and not contract out labor to ensure minimum downtime.� To provide on-going support for method development and validation, vendor must employ a minimum of five qualified chemists in the United States for Technical support (contactors are not acceptable). Travel: Vendor will be required to travel on-site to provide installation and training of instrument and software. Evaluation Factors:� Lowest price, technically acceptable. The government intends to award a firm-fixed price award based on the lowest price technically acceptable product. The lowest priced product will be evaluated first; if not found acceptable, the next lowest priced product will be evaluated, and so on until an acceptable product is identified. The government will not review higher priced products if the lowest priced product is determined to be technically acceptable. For a vendor�s products to be considered technically acceptable, they must meet all of the technical requirements identified in the solicitation. Key Deliverables: Automated Multi-Chemistry Discrete Analyzer AQ Software to control analyzer Delivery Installation Training (3 Days on-site) Warranty (12-month, parts and labor) Delivery: The discrete analyzer and all associated components should be delivered to the USDA-ARS FAESRU located at 2413 Nashville Rd � B5, Bowling Green, KY 42101 within 10 weeks of order placement. Any deviation from that schedule due to unforeseen issues should be communicated to the buyer immediately. The vendor shall provide all items F.O.B: destination. Location of the Government site is aboard USDA-ARS Bowling Green, KY and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Submitting a Quote: To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) with a current and active registration. A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register.�Vendor must also include their DUNS# on their quote. Also, to be eligible, all vendors must be NDAA 889 Certified. If they do not currently have a NDAA 889 Certification, then they must complete the attached NDAA 889 Certification form and submit it to aaron.dimeo@usda.gov so that they can be added to the list of NDAA 889 Certified vendors. The submission and payment of invoices on the resulting contract will be made through the Invoice Processing Platform (IPP). As such, vendors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting contract. � Offerors responding to this announcement shall submit their quote on�SF 1449�(see attached). The quote should include all fees, delivery charges, and/or surcharges. This will be a tax-exempt purchase. Only electronic submissions will be accepted. Please email all quotes in writing on the SF 1449 to�aaron.dimeo@usda.gov by no later than�Friday, September 24, 2021 at 5:00 PM�Central Standard Time. Questions in regards to this combined synopsis/solicitation must be submitted through email and are due no later than�12:00 PM CST on Monday, September 20, 2021. Answers to any questions received by that time will be�posted as an amendment to this combined synopsis/solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3cc3bb74242b46aa8e9411f9838b40d1/view)
- Place of Performance
- Address: Bowling Green, KY 42101, USA
- Zip Code: 42101
- Country: USA
- Zip Code: 42101
- Record
- SN06132032-F 20210916/210915201747 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |