SOLICITATION NOTICE
66 -- Design, construction and testing of portable (hand-held) near infrared spectrometer for determining manure samples
- Notice Date
- 4/9/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Beltsville Area, P&CS, 10300 Baltimore Ave. Bldg. 003, Rm. 329, BARC-West, Beltsville, MD, 20705
- ZIP Code
- 20705
- Solicitation Number
- 14-3k47-03
- Archive Date
- 4/24/2003
- Point of Contact
- Michael Wesley, Contract Specialist, Phone 301/504-6071, Fax 301/504-5009, - Michael Wesley, Contract Specialist, Phone 301/504-6071, Fax 301/504-5009,
- E-Mail Address
-
WesleyM.POBA.BA, WesleyM.POBA.BA
- Description
- This is a combined synopsis/solicitation for a commercial item identified below, prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation number 14-3k47-03, is issued as a Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 01-12. The NAICS code is 334516, with a small business standard of 500 employees. The Government intends to negotiate non-competitively with MACS , Dr. William McClure, North Carolina University Raleigh, North Carolina 27695-7625, under the authority of 41 U.S.C. 253? (1) when there is a reasonable basis to conclude that the agency?s minimum needs can only be satisfied by one responsible source and no other supplies will satisfy the agency requirement. The Portable NIR meter (PNIRM) System and components are sole source because no other companies have been located that build instruments of this type that are filter based, near-infrared covering a range up to 2500 nm of this size. The MINIMUM REQUIREMENTS for the PNIRM are as follows: develop a portable NIR meter (PNIRM) for determining nitrogen levels in manure samples. The PNIRM is an intermediate development leading to a small hand-held NIR meter. This phase is needed to adapt the gap-second derivative technology for manure samples (including circuit design, wavelength selection, calibration, software embedding, and sample preparation and field evaluation). The PNIRM must be calibrated in the laboratory and have the capability to be hooked to a computer for storing calibration data for calibration. Once the calibration is downloaded, the PNIRM may be disconnected from the computer for field operation. The primary objective is to demonstrate the feasibility and efficacy of the Gap-second derivative technique for determining nitrogen in manure samples. The PNIRM, unlike other filter instruments, must be able to accommodate up to 10 filters permitting the calculation of a minimum of three calibration gap-second derivatives. The potential exists for additional gap-second derivatives depending on the sensitivity of wavelength information. The PNIRM must be able to utilize an evacuated and cooled lead sulfide (PbS) and be able to operate in the reflection mode. Selection of wavelengths (filters) for the instrument will be based on analysis of spectra already acquired by the Animal Manure and By-Products Laboratory of USDA. Circuitry is needed to determine the filter positions, read each filter and store the intensity data to be used in calculating the gap-second derivatives. The PNIRM requires both interface and embedded software to operate in the ?calibration? (CM) and ?stand alone? (SAM) modes. In the CM, the PNIRM must be able to be connected to a computer for uploading data and downloading calibrations. This must be accommodated via. RS232 protocol. Once the calibration equation is downloaded, the PNIRM must be able to determine and store the nitrogen content of manure samples, operating independently of the computer. It must have the capability to store up to 107 manure samples for calibrating and testing. The total data set will need to be divided as follows: 107 samples for calibration and additional samples will be acquired for validation. Performance of the meter must be reported in terms of the standard error of calibration (SEC), standard error of validation (SEV), coefficient of variability (CV) and bias. The delivery is FOB destination (including inside delivery) to Beltsville Agricultural Research Center, Beltsville, Maryland. Delivery is required one year after award. This solicitation incorporates the following FAR clauses, provisions, and addendums: 52.212-1 Instructions to Offerors--Commercial Items; 52.212-2 Evaluation--Commercial Items; 52.212-3 Offeror Representations and Certifications--Commercial Items; 52.212-4 Contract Terms and Conditions--Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; and 52.247-34 F.O.B. Destination. In paragraph (b) of 52.212-5, the following apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.222-15, and 52.232-34. 52.222-70 The following factors shall be used to evaluate offers in order of importance: 1.technical capability of the item offered, 2. past performance and 3. price. COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING REQUIREMENTS (JAN 1999) (DEVIATION) (USDA). (a) The offeror represents that, if it is subject to the reporting requirements of 38 U.S.C. 4212(d) (i.e., the VETS-100 report required by FAR clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has [ ], has not [ ], submitted the most recent report required by 38 U.S.C. 4212(d). (b) An offeror who checks ?has not? may not be awarded a contract until the required report is filed. Section 508 Accessibility Compliance Clause: All Electronic and Information Technology (EIT) procured through this contract must meet the applicable accessibility standards at 36 CFR 1194. Viewable at http:www.access-board.gov/sec508/508standards.htm-PART 1194. The following standards have been determined to be applicable to this contract: 1194.21 Software applications and operating systems. ?The contractor must denote in the schedule whether each product or service is compliant or non compliant with the accessibility standards at 36 CFR 1194.21. For each line item that is compliant the contractor shall provide evidence or verification of compliance. The quotation must indicate where full details of compliance can be found (e.g. schedule attachment, vendor?s website or other readily available location).? All offerors must include completed copies of 52.212-3 (Representations and Certifications) and 52.222-70 (Compliance with Veterans Employment Reporting Requirements). CONTRACT PAYMENT (MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER) Electronic Funds Transfer compliance with 31 CFR 208. To facilitate EFT for contract payments, FAR clauses 52.232-34 and 52.232-35 (31 CFR Part 208) requires the submission of information by the contractor to the payment office. Upon award, the contractor shall contact the Miscellaneous Payments Section at the National Finance Center (NFC) to initiate the enrollment process of the Vendor Express Program (VXP), which will result in a number being assigned to the contractor for payment under EFT. NFC can be reached at 1-800-421-0323 or at www.nfc.usda.gov. Fax quotations are acceptable to Michael Wesley at (301) 504-5009 on or before April 24, 2003 at 3:00 p.m. (EST). All responses WILL be evaluated in order to determine the ability to meet the above stated capabilities. Responses shall include technical specifications, literature, brochures and other such information corresponding to each minimum required items, which demonstrates the capabilities of the offeror?s equipment. Offerors shall identify where the offered item meets or does not meet each of the Government?s functional and performance minimum specifications listed herein. The Government will award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The anticipated award date is May 8, 2003. All responsible sources may submit a quotation, which shall be considered by the agency.
- Place of Performance
- Address: USDA, ARS, Beltsville, Maryland
- Zip Code: 20705-2350
- Country: USA
- Zip Code: 20705-2350
- Record
- SN00299360-W 20030411/030409213310 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |