SOLICITATION NOTICE
66 -- Acoustic & Electroacoustic Spectrometer
- Notice Date
- 6/7/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Midwest Area, Area Office, 1815 N. University Street, Peoria, Illinois, 61604, United States
- ZIP Code
- 61604
- Solicitation Number
- AG-51LA-S-10-0005
- Archive Date
- 7/31/2010
- Point of Contact
- Sofia M Basso, Phone: 309-681-6481
- E-Mail Address
-
sofia.basso@ars.usda.gov
(sofia.basso@ars.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- 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. Solicitation No. AG-51LA-S-10-0005 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. The NAICS code applicable to this acquisition is 334516. The Government intends to issue a firm fixed price purchase order using Simplified Acquisition Procedures on or about July 28, 2010. All responsible sources may submit a quotation which shall be considered by the agency. The USDA-ARS-NCAUR in Peoria, IL has a requirement for an acoustic & electroacoustic spectrometer for characterization of colloidal and emulsion particle sizes and zeta-potential. A specialized instrument based on acoustic and electroacoustic phenomena, the instrument measures attenuation of ultrasound and sound speed at a set of frequencies ranging from 1 to 100 MHz, and Colloid Vibration Current (CVI) magnitude and phase. The instrument uses appropriate theories for calculating particle size distribution from the attenuation spectra and zeta-potential from the CVI magnitude. The instrument must be able to measure both the particle size and zeta potential of starch-oil dispersions and also emulsions prepared from amylose complexes among other applications. These dispersions are contained in aqueous media and exist in water thin and gel physical states. Acoustic & Electroacoustic spectrometer for characterization of colloidal and emulsion particle sizes and zeta-potential instrument specifications comprise: 1. Particle size measurement range is 0.005 to 100 micrometers. 2. Zeta potential measurement range is unrestricted and must be calibrated for full range of conductivity, from non-polar liquids to 2M salt solutions. 3. Measurement possible for all particles less than 100 micrometers. 4. Instrument must measure Particle size dimensions of samples without dilution, from 1 to 60 vol %. 5. pH measurement range is 0.5-13.5. 6. Measurement of colloids possible with viscosity of media up to 20,000 cP. 7. Measurement possible between 0 to 100 oC ±0.1 8. Measured frequency range 1-100 MHz. 9. Measured acoustic attenuation 0-20 dB/cm MHz ±0.01. 10. Automatic or manual measuring conditions can be selected. 11. Minimum sample volume for static particle size measurements 15 ml. 12. Minimum sample volume for static zeta potential measurements 100 ul. 13. Data fitting for unimodal or bimodal distributions can be selected, depending on the distribution type. 14. Output of the combined Electroacoustic and Conductivity measurements includes in addition to Zeta potential, surface conductivity and Dukhin number for aqueous systems. 15. Operation interface is using Microsoft Windows that presents the following information: a. Measurement selection and conditions b. Attenuation spectra, experimental and theoretical fit. c. Sample properties, such as materials of phases, weight/volume fraction of the dispersed phase d. Zeta-potential values calculated with Smoluchowski theory and advanced Electroacoustic theories e. Conversion to standard ASCII file format and transfer to word processing, spreadsheet, database or graphics programs can be done. f. User friendly software package with self-maintenance program and automatic system checking. 16. The instrument operates meeting all specifications on a power source of 120/220 to 240V AC, 50/60Hz, and, approximately 300 W. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the descriptive literature describing their proposed equipment with enough detail to ascertain whether the equipment meets the criteria listed above. EVALUATION PROCEDURES: The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical acceptability, past performance, price. DELIVERY: FOB Destination. Items shall be delivered within 60 days after receipt of order to Peoria, Illinois 61604. Quote price must include any shipping/freight costs. WARRANTY: The offeror 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. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a quote on company letterhead detailing the item description, and unit price per item and total price; 2) Three to five references for whom the same type of item has been provided, preferably in the last year. (Government references are preferred, but commercial references will also be accepted.) Please include the email address for references provided, if possible; 3) Offerors shall include a completed copy of the provision FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS, with this offer. FAR 52.212-3 can be found on-line at www.arnet.gov/far. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. PROVISIONS AND CLAUSES: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.arnet.gov/far. 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: www.arnet.gov/far. The following provisions and clauses apply to this acquisition and are hereby incorporated by reference: 1. FAR 52.212-1, Instructions to Offerors - Commercial Items 2. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (MUST complete and provide with quote) 3. FAR 52.204-7, Central Contractor Registration (ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IN ORDER TO RECEIVE AN AWARD.) The website address for registration is: http://www.ccr.gov; 4. FAR 52.212-4, Contract Terms and Conditions - Commercial Items with the following addenda to FAR 52.212-4: FAR 52.247-34, FOB Destination; 5. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following FAR clauses cited in 52.212-5 are applicable to this acquisition: c. 52.222-3, Convict Labor (E.O. 11755) d. 52.222-19, Child Labor e. 52.222-21, Prohibition of Segregated Facilities f. 52.222-26, Equal Opportunity g. 52.222-36, Affirmative Action for Workers with Disabilities h. 52.225-1 Buy American Act - Supplies i. 52.225-13 Restriction on Certain Foreign Purchases j. 52.232-36 Payment by Third Party 6. FAR 52.233-3 Protest After Award 52.212-2 Evaluation - Commercial Items (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement, (ii) past performance, (iii) price (based on FOB Destination). Technical capability and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. 52.225-2 BUY AMERICAN ACT CERTIFICATE (FEB 2009) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, ie.e, an end product that is not a COTS item and doesn not meet the comnponent test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (CLOTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation enititled "Buy Amercian Act - Supplies." (b) Foreign End Products (list as necessary): Line Item No. Country of Origin (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. Any amendment and documents related to this procurement will be available electronically at http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish quotations to Sofia Basso, Purchasing Agent, USDA-ARS-NCAUR, 1815 N. University St., Peoria, IL 61604 no later than 2:00 p.m. Eastern,July 16,, 2010. Quotations and other requested documents may be provided by facsimile to (309) 681-6473/ if desired. Additional information may be obtained by contacting the Purchasing Agent at (309) 681-6481or Sofia.Basso@ars.usda.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-51LA-S-10-0005/listing.html)
- Place of Performance
- Address: USDA-ARS-NCAUR, 1815 N. University St., Peoria, Illinois, 61604, United States
- Zip Code: 61604
- Zip Code: 61604
- Record
- SN02169995-W 20100609/100607234647-26c6c3aa96e64f9b08e99b795b2033c4 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |