SOLICITATION NOTICE
66 -- NIR Spectroscopy - ATTACHMENT 1
- Notice Date
- 8/29/2012
- 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-12-0009
- Point of Contact
- Christine Gunterman, Phone: 309-681-6481
- E-Mail Address
-
christine.gunterman@ars.usda.gov
(christine.gunterman@ars.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- AGAR ADVISORY 104 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-12-0009 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. 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, MWA, NCAUR, Peoria, IL has a requirement/need for contractor to provide a near-IR (NIR) spectroscopy which includes a source, a detector and a dispersive element (such as a prism, or more commonly, a diffraction grating) to allow the intensity at different wavelengths to be recorded.. The Details and specifications for the NIR system are as follows: a) Must be a stand-alone NIR analyzer for the rapid NIR measurement of a variety of solid material using published, vendor provided, or imported calibration sets. b) Must be capable of producing new calibration sets from the input of analytical results to correlate with NIR spectra obtained on the instrument. c) Spectra, calibrations and results must be exportable for further data analysis or use in other NIR systems. d) Must be capable of transferring data and calibration sets between existing FOSS Infratec 1241 grain analyzer NIR and FOSS 6500 NIR running ISIScan System II software. e) Must be adaptable to perform NIR analysis with either vendor provided calibration set or new calibration sets generated from chemical analysis on a wide range of raw agriculture materials (seed, leaves, stem material, etc.) from a wide range of plant species for a wide range of measureable parameters both gross (dry matter, fat, moisture, total protein, fiber, etc.) and specific component analysis (amino acid composition, fatty acid composition, carbohydrate composition, phytochemical composition). f) 400-2500 nm wavelength range. Wavelength accuracy less than 0.1 nm is required to accommodate the range of different materials to be analyzed during the course of research. g) Read in 0.5 nm increments; with high scan speeds (less 5 seconds) and rapid analysis times are required for high sample throughput. h) Initial analysis requirement to be in reflectance mode, but have the ability to run a variety of reflectance modes and perform analysis of solids and liquids in cups, plastic bags, glass vials or beakers. i) 100% transferability of current calibrations from the existing FOSS NIRS 6500. j) The ability to export processed data and processed data results into Excel for data and trend analysis. k) Must have calibration Development Software to produce new calibrations with a range of data processing options, training for calibration development, and calibrations from this software needs to be directly transferable to existing FOSS 6500 NIR and FOSS 1241 NIR. Not required for the initial purchase, but the instrument should be capable of supporting the following upgrades: aa) Autosmapler capability must accept a variety of cups or holders for vial, tablets, seed samples and single seeds. bb) Access to a large existing data base of calibration sets that are reliable and accurate for "out of the box" calibrations that cover as wide a range as possible of raw and processed agricultural materials, including but not limited to the major North American agricultural crops (corn, soy, wheat, rice, oats, barley, etc.) and new emerging such as those from the mustard plant family. cc) Interchangable Module for doing transmittance NIR spectroscopy for both liquid and solid samples, including seeds. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the descriptive literature (with pictures) describing their proposed equipment with enough detail to ascertain whether the equipment meets the criteria listed above. 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, unit price per item, total price and valid for at least 60 days after receipt of quote; 2) at least 3 to 5 references. (Government references preferred but will accept commercial references). References shall be provided for the service proposed and if possible include the email address of the person to be contacted; and 3) 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. 4) Offerors shall also include a signed copy of AGAR Advisory 104, referenced in attachment 1. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer with will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://ww.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 Quote); 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.sam.gov and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, clauses incorporated by Reference, 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, reference attachment 3. The FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html DELIVERY: FOB Destination. Delivery to: USDA-ARS-NCAUR, Peoria, Illinois. QUOTE 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 60 days ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation. FAR52.212-2, 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 Quote 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 technical capability of the item offered to meet the Government requirement. B) Delivery. 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 Quotes to Chris Gunterman, Contracting Officer, USDA, ARS, MWA, 1815 N. University St. Peoria, IL 61604, no later than 2p.m. September 10, 2012. Quotes and other requested documents may be provided by email to christine.gunterman@ars.usda.gov or facsimile to (309) 681-6473 if desired. Additional information may be obtained by contacting the Contracting Officer at (309) 681-6481.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-51LA-S-12-0009/listing.html)
- Place of Performance
- Address: 1825 N. University ST., Peoria, Illinois, 61604, United States
- Zip Code: 61604
- Zip Code: 61604
- Record
- SN02860622-W 20120831/120830000207-25934f9a0698d4c0bb98323e6dcd1b2b (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 |