SOLICITATION NOTICE
66 -- Dry Filter Air Sampler - SF-18 - Specifications
- Notice Date
- 3/23/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Agricultural Research Service - Eastern Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- AG-32SC18902152-2
- Archive Date
- 4/14/2018
- Point of Contact
- Lynn S. Hults, Phone: 9792609376
- E-Mail Address
-
lynn.hults@ars.usda.gov
(lynn.hults@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Specifications SF-18 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 number AG-32SC18902152-2 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 334516 (Analytical Laboratory Instrument Manufacturing), with a small business size standard of 1,000 employees. Specifications: Portable Air Samplers With the following minimum specifications: 1. Sample collection must be designed so that decontamination is not necessary between samples. For example the device uses a cartridge or similar sample collection assembly that can be changed in 5 minutes or less (i.e. no more that 5 minutes for the entire changeover between samples). The sample must not contact the device hardware directly during any part of operation. Single-use filter elution kit with sample cup and lid. 2. Elution must also be able to be performed where the filter/sample will not come into contact with any hardware that will be re-used (e.g. elution kits are one-use only items). 3. The filter must be modular (e.g. uses a disposable filter cassette assembly) and the filter can be changed in the field. 4. Flow rate of at least 200 liters per minute (LPM) 5. Multi-directional aerosol inlets 6. Free standing with a height adjustable approximately between 24 and 30 inches (e.g. with an attached stand or tripod) 7. Self-contained functioning unit (e.g. does not require accessories such as hoses or vacuum pumps). 8. Must be able to capture particles between the sizes of 0.1µm and 10.0µm 9. Maintains a constant sample rate/airflow rate (i.e. has a built-in mass air flow sensor) 10. Must be dry filter based collection (i.e. the air sample is deposited on a filter). 11. Uses a dry electret filter 12. Filter size between 40 and 70 mm. 13. The sample can be retrieved in a volume of up to 10mls of eluate 14. Total weight ten pounds or less 15. Portable 16. Battery powered (rechargeable battery) and can run up to 12 hours at full flow rate (i.e. 200 LPM minimum) 17. Must be ruggedized to be used in a field environment 18. Have the ability to check for proper operation at time of sample initiation (e.g., presence of filter, proper flowrate) without additional equipment or opening the sampler 19. Ability to open sampler and retrieve filter with one hand, to replace new filter and close unit with other hand (Cross contamination avoidance) Delivery must state door to door to the following address: Southeast Poultry Research Laboratory 934 College Station Rd. Athens, GA 30605 Additionally, delivery costs to the above location must be annotated in proposal. The Government anticipates award of a Firm Fixed Price contract. Delivery will be within 30 days of award, quoted price should include delivery costs and units. Each offer must show a breakdown giving price of the new equipment, provide descriptive literature or information showing that the offered equipment meets all specifications. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping). Electronic submissions are preferred. Please email all quotes to lynn.hults@ars.usda.gov. NO LATE QUOTES WILL BE ACCEPTED. The basis for award is Lowest Price Technically Acceptable. "LPTA" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price (to include shipping), and must also have satisfactory Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.202-1 definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; FAR 52.204-19 Incorporation by Reference of Representations and Certifications; AGAR 452.204-70 Inquiries; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.211-5 Material Requirements; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability; FAR 52.216-25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1 Buy American--Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-18 Place of Manufacture; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-1 Payments; FAR 52.233-1 Disputes; FAR 52.233-2Service of Protest; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.243-1 Changes - Fixed Price; FAR 52.244-6 Subcontracts for Commercial Items; FAR 52.249-2 Termination for Convenience of the Government (Fixed-Price); FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically. Quotes must be received no later than March 30, 2018, 4:00pm Central Standard Time. Questions in regards to this combined synopsis/solicitation are due no later than 3:00 PM CST on Wednesday, March 28, 2018. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4aa656db33a6bca4fdc09cdfa5124feb)
- Place of Performance
- Address: Southeast Poultry Research Laboratory, 934 College Station Road, Athens, Georgia, 30605, United States
- Zip Code: 30605
- Zip Code: 30605
- Record
- SN04865192-W 20180325/180323231320-4aa656db33a6bca4fdc09cdfa5124feb (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 |