SOLICITATION NOTICE
59 -- Post- derivatization Unit
- Notice Date
- 8/28/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Midwest Area, Urbana, IL, 1101 West Peabody Drive, Room 180, Urbana, Illinois, 61801, United States
- ZIP Code
- 61801
- Solicitation Number
- AG-518P-S-10-A123
- Archive Date
- 9/25/2010
- Point of Contact
- Randa Plotner, Phone: 217-244-3262
- E-Mail Address
-
randa.plotner@ars.usda.gov
(randa.plotner@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This solicitation is a Small Business Set-Aside. 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; proposals are being requested and a written solicitation will not be issued. Solicitation No. AG-518P-S-10-A123 is being issued as a Request for Proposals (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-45. The NAICS code applicable to this acquisition is 334516. For a company to qualify as a small business, the small business standard is 500 employees or less. The USDA, ARS, NLAE, Ames, IA Location has a requirement/need for a Post Column Derivatization Instrument meeting or exceeding the following Statement of Work and Salient Characteristics. Statement of Work: HPLC compatible post-column derivatization system for the analysis of the following amino acids by reaction with ninhydrin, glutamate, aspartate, arginine, lysine, histidine, hydroxyproline, threonine, serine, proline, glycine, alanine, valine, cystine, methionine, isoleucine, leucine, tyrosine, phenylalanine, tryptophan and ornithine. THE SALIENT CHARACTERISTICS ARE AS FOLLOWS: 1) Computer controlled unit compatible with a Hewlett Packard, (brand name item must be compatible with items already in use) high performance liquid chromatograph (HPLC) having a Windows 2000 Operating System, (must be compatible with brand name items already in use), 2) Pumping System should have a maximum operating pressure of 500 psi and programmable flow rate with the flow range of 50 uL to 1500 uL/minute with a refill cycle of 60 seconds. 3) The reactor should be heated with a range from 5 Degrees C above ambient to 130 Degrees C with a thermal safety switch with a 150C upper limit 4) the unit should have the following minimum safeguards: a) In-line Check valve: Prevents Reagent back flow into the column when HPLC pressure drops; b) Repalaceable filters prevent column and reagent fouling: c) Post-column system over pressure: A pre-calibrated relief valve opens at 35 bar (500 psi) to prevent rupture of the post-column reactor tubing in the event of a down-stream blockage; and d) Back-pressure regulator which applies 7 bar (100 psi) to the detector flow cell outlet (waste) to prevent detector noise and precipitation due to out-gassing or boiling. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the Descriptive Literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. REJECTION OF PROPOSAL: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Proposal); FAR 52.214-21, Descriptive Literature (Provide with Proposal); 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; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference are as follows: FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html. SHIPPING: FOB Destination. DOCUMENTS TO BE INCLUDED IN PROPOSAL: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price and total price; 2) descriptive literature, brochures, information on service and support; 3) at least 3 to 5 references for the proposed equipment. References must have received the proposed equipment within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the product proposed and if possible include the email address of the person to be contacted; and 4) Offerors shall include a completed copy of the provisions FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.acquisition.gov/comp/far/loadmainre.html. DELIVERY TO: USDA-ARS, Urbana, IL. PROPOSAL PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before 30 days after award, however, each offeror shall include their proposed delivery schedule as part of their quote. FAR 52.212.-2, EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. Each Proposal shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated against the salient characteristics and minimum requirements. B)Delivery/Installation. C) Training. D) 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. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Proposals to Randa Plotner, Purchasing Agent, USDA, ARS, MWA, Contracting Office, 11 01 W. Peabody Drive, Urbana, IL 61801, no later than COB, 09/10/2010. Proposals and other requested documents may be provided by facsimile to (217) 244-7703 if desired. Additional information may be obtained by contacting the Contracting Officer at (217) 244-3262 or email below. USDA/ARS, will be closed Monday, September 6, 2010 for Federal Holiday. Contracting Officer will be out of the office from Monday, August 30, 2010 to Tuesday, September 7, 2010. Please leave a message.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MWAUrbana/AG-518P-S-10-A123/listing.html)
- Place of Performance
- Address: USDA/ARS/NLAE, 2110 University Blvd., Ames, Iowa, 50011, United States
- Zip Code: 50011
- Zip Code: 50011
- Record
- SN02259299-W 20100830/100828233338-148e7b4a47ac7dc66346c08ab5ace61b (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 |