Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 19,1999 PSA#2390

USDA, Natural Resources Conservation Service, FWFC, Bldg. 23, 501 Felix St., P.O. Box 6567, Fort Worth, TX 76115

66 -- INSTRUMENTS AND LABORATORY EQUIPMENT SOL 248-FW-NRCS-99 DUE 072999 POC Barbara Bardin, (817)509-3519 FAX(817)509-3594 Contracting Officer E-MAIL: Barbara Bardin, Contracting Officer, bbardin@ftw.nrcs.usda.gov. DESC: The USDA, Natural Resources Conservation Service, National Soil Survey Center requires a Carbon/Nitrogen/Sulfur Soil Analyzer to be furnished and delivered to its National Soil Survey Center located in Lincoln, NE. 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 248-FW-NRCS-99 is issued as a Request for Quotation(RFQ), in accordance with FAR Part 13, Simplified Acquisitions Procedures. The solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 97-12. The standard industrial classification code is 6640. Delivery is required on or about August 31st or within 30 days after award. Delivery is FOB destination to USDA,NRCS,NSSC, 100 Centennial Mall North, Federal Building, Room 152, Lincoln, NE 68508-3866. Attn: Michael Wilson. The proposed contract will include the following: SCHEDULE OF ITEMS AND SPECIFICATIONS: The C/N/S analyzer must have the following characteristics and capabilities: (1)Must be capable of simultaneous determination of elements specified in the configuration: N,NC,NCS,CHNS, or O. (2)Must be capable of flash combustion of sample, followed by complete gas chromatographic separation of elements of interest. (3)Must analyze the entire gas sample resulting from combustion. Dilution or splitting of sample for analysis is not acceptable. (4)Must be capable of being configured for analysis of oxygen by pyrolysis without addition of optional furnaces. (5)Must be capable of being coupled to alternative detectors such as a mass spectrometer or electron capture detector. (6)Must use a single thermal conductivity detector for analysis of all elements. (7)Must be capable of analysis of samples from 1.0 to 500 mg with a measuring range from 100 ppm to 100%. (8)Must handle both liquid and solid samples interchangeably without modification of the operating parameters. (9)Must include any conversion kit to change from N or NC to NCS. (10)Must operate on 220V, 60Hz standard USA electrical power. (11)Must include a microbalance capable of 0.001 mg precision. (12)Must be capable of being connected to any RS232C-equipped balance for automatic weight entry. (13)Must include an autosampler with capacity for up to 63 samples, which can be expanded to 125 sample capacity. (14)Instrument control system must include (as minimum specifications):mid-tower case with Pentium II 350 MHz CPU, 32 MB RAM, 6.4 GB HD, 3.5" 1.44 MB FDD 32X CDROM, 17" SVGA Monitor with 2MB VRAM, keyboard, mouse, Windows 98 operating system, Laserjet 1100 printer. (15)Must include software for equipment operation. (16)Must include software, modem, etc. for remote operation, data transfer, and/or trouble shooting. (17)Must include installation and training by a factory service representative. (18)Must include one-year on-site parts and labor warranty. (19)Must include start-up kit for 1000 NCS analyses and all control valves (except pressure regulators on gas bottles), gas traps, tube packing, etc. necessary for set-up. The government will award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforms to the solicitation and is most advantageous to the government. Any interested/qualified source that believes they can provide the required equipment must respond by 3:00 PM on or before July 29, 1999. All such responses will be evaluated in order to determine the ability to meet the above stated capabilities. Offers will be evaluated on price. PRICE shall be based on the overall cost of the unit including shipping, installation, and any options. The following FAR clauses and provisions apply: FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, with its offer. These provisions and clauses can be located at the Internet site: http://www.ARNet.gov/far. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following terms and conditions are added as an addendum to FAR 52.212-4; Item (a)Inspection and Acceptance is amended to include: AGAR452.246-70, Inspection and Acceptance(Feb 1988). Inspection and Acceptance shall be performed at the USDA, NRCS, NSSC, 100 Centennial Mall North, Federal Building, Room 152, Lincoln, NE 68508. Item (g)Invoice is amended to include the following: The invoice shall be submitted in an orginal and one copy. A separate invoice may be submitted upon delivery of the items, and installation. The invoice shall be mailed to USDA,NRCS,NBMC, P.O. Box 6567, 501 W. Felix St., Bldg. 23, Fort Worth, TX 76115, Attn: Barbara Bardin. Item (o)Warranty is amended to include the following: A standard commercial warranty is the expected minimum warranty required. 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 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 following FAR clauses in paragraph (b)of FAR 52.212-5,Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, will apply to the resultant contract; 52.222-26,Equal Opportunity; 52.222-35,Affirmative Action for Disabled Veterans and Vietnam Era Veterans; 52.222-36,Affirmative Action for Workers with Disabilities; 52.222-37,Employment Reports on Disabled Veterans and Veterans on the Vietnam Era; 52.225-3,Buy American Act Supplies; 52.232-36,Payment by Third Party, This Procurement is set-aside for small business in accordance with FAR 19.5. The SIC Codeis 3826 with a business size of 500 employees. All offerors must include a completed copy of FAR 52.212-3 with their reponse...Responses to Solicitation No. 248-FW-NRCS-99 are due by 3:00 PM local time, on July 29, 1999, at the USDA,NRCS,NBMC, P.O. Box 6567, 501 W. Felix St., Bldg. 23, Fort Worth, TX 76115. The point of contact for this acquisition is Barbara Bardin, Contracting Officer, (817)509-3519, FAX quotes will be Acceptable on (817)509-3594. Posted 07/14/99 (W-SN353973). (0195)

Loren Data Corp. http://www.ld.com (SYN# 0816 19990719\66-0017.SOL)


66 - Instruments and Laboratory Equipment Index Page