COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14,2000 PSA#2663 USDA, Forest Service, North Central Forest Experiment Station, 1992
Folwell Avenue, St. Paul, MN 55108 66 -- CARBON ANALYZER SYSTEM SOL NC-00-12 DUE 082500 POC Contract
Specialist, Carol Hulstrom (651)649-5201 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. Quotations are being requested and a written
solicitation document will not be issued. This solicitation, #NC-00-12
is a Request for Quotation (RFQ) and simplified method of acquisition
will be used for this procurement. The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-18. The associated Standard Industrial
Classification Code (SIC) for this procurement is 3823, and the small
business size is 500 Employees. The North Central Research Station has
a requirement for an UIC Incorporated, CM250 Dual Autosampler Carbon
Analyzer System brand name or equal. The system includes a CM 5014
Coulometer, CM 5200 Autosampler Furnace, CM 5240 Total Inorganic Carbon
(TIC) Autosampler plus spare parts and chemicals to begin operation.
The system shall have the following components: (1) Automated detection
unit for analysis of Total Carbon (TC), Total Inorganic Carbon (TIC)
either directly or by subtraction of TIC from TC, and Total Organic
Carbon (TOC) for soils and other solid samples. System shall meet the
following requirements: (2) System must be capable of running liquids,
slurries and solids. (3) Be fully automated so hours of operation can
be extended without technician intervention once sampler is loaded.
(4) Acidification of sample must be an automated process. Acidification
must not require use of tin or silver sample capsules. (5) Capable of
completing at least 90 samples per day for both total and organic
carbon. (6) Must have a linear dynamic range of 10 ppm to virtual 100%
carbon (weighted calibration curves unacceptable). (7) System must
utilize Coulometric detection (requires no calibration). (8) Total
inorganic carbon autosampler must provide a nitrogen blanket over the
sample carousel. (9)Total carbon autosampler must have vertical
combustion furnace capable of 1100 degrees C. (10) Detector must have
an internal microprocessor with embedded software capable of displaying
user-selectable units including ugC, ugCO2, ugCO3. Other detector
features include floppy disk drive, RS 232C, and on-line impact
printer. Digital data storage on diskette or personal computer in MS
Excel, txt, or other "friendly" format. (11) Purchase price must
include installation and on-site training of two or more operators;
located in Grand Rapids, Minnesota. Delivery: 45 days After Receipt of
Order (ARO). FOB Point: Destination, USDA-Forest Service, Forestry
Sciences Laboratory, 1831 Highway 169 East, and Grand Rapids, Minnesota
55744. **Evaluation criteria are as follows: (a) Technical capability
to meet or exceed the Government's specifications (offeror's shall
submit a quotation addressing all required specifications, and shall
provide descriptive literature and (b) Price. Technical capability is
significantly more important than price. The following Federal
Acquisition Regulations (FAR) provisions and clauses shall apply:
Provision 52.252-1, Solicitation Provisions Incorporated by reference,
this solicitation incorporates one or more solicitation provisions by
references with the same force and effect as if they were given in
full text. The full text of a provision may be accessed electronically
at http://www.arnet.gov/far. Provision 52.212-1, Instructions to
Offerors-Commercial Items, with addenda 52.214-21, Descriptive
Literature; and 52.212-3, Offeror Representations and
Certifications-Commercial Items. Clause 52.252-2, Clauses Incorporated
by Reference, this contact incorporates one or more clauses by
reference, with the same force and effect as if they were given in full
text. The full text of clauses may be accessed electronically at
http://arnet.gov/far. Clauses 52.212-4, Contract Terms and
Conditions-Commercial Items, and 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive Order-Commercial
Items, including 52.222-21, Prohibition of Segregated Facilities;
52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for
Disabled Veterans and Veterans of the Vietnam Era Veterans; 52.222-36,
Affirmative Action for Workers with Disabilities; 52.222-37,
Employment Reports on Disabled Veterans and Veterans of Vietnam Era;
(ii) 52.225-1, Buy American Act Balance of Payment Program supplies;
and 52.232-34, Payment by Electronic Funds Transfer Other than Central
Contractor Registration. The Government intends to award a purchase
order resulting from this combined synopsis/solicitation to the
responsible offeror whose quotation, conforming to this
synopsis/solicitation, will offer the best value to the Government,
price and other factors considered. Failure to address a
specification/requirement will be construed by the Government as
inability to meet the need, or the offeror's taking exception to it.
All interested responsible firms should submit quotes and descriptive
literature, by 3:00 PM CDT time, on 08/25/00 to the USDA-FOREST
SERVICE, North Central Research Station, 1992 Folwell Avenue, St. Paul,
Minnesota 55108. ATTN: Carol Hulstrom. FAXED QUOTES WILL NOT BE
ACCEPTED. Posted 08/10/00 (W-SN484356). (0223) Loren Data Corp. http://www.ld.com (SYN# 0323 20000814\66-0019.SOL)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on August 11, 2000 by Loren Data Corp. --
info@ld.com
|
|
|