Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2015 FBO #5034
SPECIAL NOTICE

66 -- SINGLE KERNEL CHARACTERIZATION SYSTEM AND ACCESSORIES - SOLE SOURCE JUSTIFICATION

Notice Date
9/3/2015
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Agricultural Research Service - Eastern Business Service Center
 
ZIP Code
00000
 
Solicitation Number
AG-32SC-S-15-0074A
 
Archive Date
9/23/2015
 
Point of Contact
Lisa M. Botella, Phone: 215-233-6555
 
E-Mail Address
LISA.BOTELLA@ARS.USDA.GOV
(LISA.BOTELLA@ARS.USDA.GOV)
 
Small Business Set-Aside
N/A
 
Description
SOLE SOURCE JUSTIFICATION FOR SKCS The USDA, Agricultural Research Service (ARS), intends to negotiate solely with Perten Instruments, Inc., in Springfield, IL 62713 to furnish and deliver (F.O.B. Destination, within Consignee's Premises) a new Single Kernel Characterization System (SKCS 4100), Part No. 04.10.01 to the USDA, ARS, Plant Science Research Unit in Raleigh, NC 27695 in accordance with the terms, conditions, and specifications contained in this document. NAICS CODE IS 334516 with a size standard of 500 employees. The USDA, ARS, HPSRU in Raleigh, NC has determined that Perten Instruments is the only manufacturer of the Single Kernel Characterization System (SKCS). This is a follow-on order to replace their existing 2002 SKCS which requires extensive repairs to keep it operational. Replacing the existing equipment with a newer model SKCS is justified because the research can continue without interruption, the data will remain consistent, and there will be no additional cost incurred for required training and the learning curve if using a different manufacture's equipment. (See Attached Sole Source Justification.) This SKCS will be used to measure moisture, kernel size, kernel weight, and kernel hardness on small samples (300 seeds) of wheat and barley. It is a rapid (4 min.), automated analysis of each sample; data are exported to computer spreadsheets. The data enables the small grains breeder to select superior lines for grain uniformity, kernel hardness (standardized to the U.S. accepted standard for a market class); mixed class samples, and prediction of uniform germination of experimental malting barley lines. The Contractor shall furnish all labor, equipment, materials, tools, services and supervision necessary to provide the SKCS 4100 System, Components and Accessories. The SKCS instrument comes with updated speed, capacity, mouse, keyboard, internal hard drive with Data Processor, 10/100 MIPS Ethernet LAN, at least two (2) USB ports and software to interface and record grain data into a Windows-based Excel Spreadsheet. SCHEDULE OF ITEMS: ITEM NO. 01 - Part No. 04.10.01 SKCS 4100 System; QTY 1; Unit EA, Unit Price $; Amount $_____. ITEM NO. 2 - Shipping; QTY 1; Unit EA; Unit Price $; Amount $_____. NOTE: The Contractor shall prepay and add freight cost as a separate line item in accordance with the F.O.B. Destination, Within Consignee's Premises clause. PACKING AND SHIPPING - The Contractor shall be responsible for shipping the equipment. The Contractor shall pack each item for shipment in a new container in such a manner that will ensure acceptance by common carrier and safe delivery at the destination. Containers and closures shall comply with the Interstate Commerce Regulation, Uniform Freight Classification Rules, or regulation of other carriers as applicable to the mode of transportation. The items to be furnished hereunder shall be labeled with the purchase order number and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination, within Consignee's Premises. SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSES: 1194.21 Software applications and operating systems; 1194.22 Web-based Intranet and Internet information and applications; 1194.25 Self-contained, closed products; and 1194.26 Desktop and portable computers. DELIVERY - Delivery shall be between the hours of 8:00 a.m. to 3:00 p.m. Monday through Friday, excl. Federal Holidays within six (6) weeks after receipt of the order. The Contractor shall coordinate the delivery date and time with the Technical Representative (TR) at least one (1) week prior to delivery. DOCUMENTATION - The Contractor shall provide one (1) copy each of the operations, repair, software, maintenance manuals, lubrication and service instructions, and operating instructions upon delivery of the equipment. All documentation shall include the P.O. number. "This procurement requires the use of biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. Where available, these products should first be acquired from among qualified products that fall under the umbrella of items designated through the Federal Biobased Products Preferred Procurement Program (FB4P)". WARRANTY - The Contractor shall provide one-year, parts and labor warranty on the equipment (included in the price.) The Contractor shall provide a copy of the warranty with the equipment. The period of the warranty shall begin upon acceptance by the Government. Companies with the demonstrated capability and financial capacity to provide and service such equipment must submit a written substantive statement outlining the Company's and systems' capabilities, available service agreements and consumables (including price lists) to the Contracting Officer within 5 days of publication of this notice. This announcement and any other documents related to this procurement will be available electronically at the Internet site http://www.fedbizopps.gov. The Contractor is responsible for monitoring the FBO website for information relating to this requirement. Offerors will be responsible for downloading their own copy of these documents. Contractors are required to acknowledge receipt of all Amendments (if any). If no affirmative responses are received with 5 calendar days of publication of this notice to determine whether a qualified source is more advantageous to the Government, an order will be placed with Perten Instruments Inc., under the authority of FAR 13.106-1(b)(1)(i).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9012a228615699886b4517de134adce4)
 
Place of Performance
Address: DELIVERY LOCATION: USDA, ARS, Plant Science Research Unit (PSRU), 3411 Gardner Hall, Box 7616, North Carolina State University, Raleigh, NC 27696-7616; Attn: Dr. David Marshall., RALEIGH, North Carolina, 27696-7616, United States
Zip Code: 27696-7616
 
Record
SN03870168-W 20150905/150903235634-9012a228615699886b4517de134adce4 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.