|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 3,1999 PSA#2401USDA, Natural Resources Conservation Service, FWFC, Bldg. 23, 501 Felix
St., P.O. Box 6567, Fort Worth, TX 76115 66 -- INSTRUMENTS AND LABORATORY EQ~UIPMENT SOL 248-FW-NRCS-99 DUE
081099 POC Barbara Bardin, (817) 509-3519 FAX: (827) 509-3594
Contracting Officer. 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 September 6th 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 flas~h 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 modificat~ion 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 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
bottle), 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 August 10th 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 Offeror~s-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 original 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 tho resultant
contract; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action
for Disabled Veterans and Vietnam Era Veterans; 52.222-36, Affirmativc
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 Code is 3826 with a business size of 500 employees. All
offerors must include a completed copy of FAR 52.212-3 with their
response...Responses to Solicitation No. 248-FW-NRCS-99 are due by 3:00
PM local time, on August 10th 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
07/30/99 (M-SN361182). (0211) Loren Data Corp. http://www.ld.com (SYN# 0403 19990803\66-0016.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|