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