SOLICITATION NOTICE
66 -- One Gas Chromatograph (GC) with MIDI Sherlock Microbial Identification System software
- Notice Date
- 5/23/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Agricultural Research Service - Southeast Area
- ZIP Code
- 00000
- Solicitation Number
- RFQ-18-4389-E0001
- Archive Date
- 6/21/2018
- Point of Contact
- Juan C. Gaytan, Phone: 2293863496
- E-Mail Address
-
juan.gaytan@ars.usda.gov
(juan.gaytan@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 this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number RFQ-18-4389-E001 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 2005-97. The NAICS code applicable to this acquisition is 334516. The small business size standard is 1000 employees. One Gas Chromatograph (GC) with MIDI Sherlock Microbial Identification System software Technical specifications for GC instrument: Required: 1. Must be compatible with MIDI Sherlock Microbial Identification System Software. 2. System must include an FID for compound detection and an auto sampler with sample tray that can hold up to 150 vials. 3. Automated injection system should be able to use different size syringes for sample delivery to the GC inlet, and should be able to program it in different modes. 4. Installation and familiarization of GC to include required regulators and other required parts should be included. 5. Quotes must be inclusive of computer, monitor and software controlling system in addition to the MIDI software system. 6. MIDI software should include: Base software with Data export and analysis software Installation of Microbial Identification System PLFA Peak naming table and calibration mix Training for two people 7. Quotes should be inclusive of all delivery charges, transportation charges and any additional service that may be required to fulfill installation and training of instrument and software. 8. Quotes must specify warranty information on all sub-components and included coverages for quoted system. Optional: 9. Vendors/contractors should provide current/future extended warranty prices for quoted system. Submittals should include: 1. Price quotation with documentation that describes the quoted instrument meets our specifications 2. Three Past performance references to include one for similar equipment 3. Warranty details for instrument, parts, labor and freight if needed. The Government anticipates awarding a contract resulting from this solicitation to the responsible offer or whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will use contractors who have a track record of successful past performance or who demonstrate a current superior ability to perform. The following factors shall be used to evaluate your offer: Price Past Performance Technical capabilities of Instrument Winning offeror MUST be registered in www.SAM.gov and have completed the representations and certifications. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Please note on your proposal if you will accept a government purchase (VISA) card. This solicitation incorporates the following FAR clauses, provisions and addendums: 52-212-1 Instructions to Offerors-Commercial Item; 52.212-3 Offeror Representations and Certifications-Commercial Items - annual representations and certifications are required. 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. In the event the vendor will accept payment via the Government Purchase Card (VISA), the vendor shall annotate on its offer that it will accept the purchase card, and clause 52.232-33 will be superseded by clause 52.232-36. Vendor MUST send descriptive literature. The contractor 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 Governments's rights 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 its response. Responses are 15 days from the date this notice is published in the FedBizOps by 1:00 PM EST time, June 06, 2018 at USDA Agricultural Research Service, 2316 Rainwater Rd, Tifton, GA 31794 (or POBox 748, Tifton, GA 31793) or by e-mail at juan.gaytan@ars.usda.gov. POC Juan C. Gaytan, Purchasing Agent, 229-386-3496.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c77915643944eaa6650147a7a5a34e5c)
- Place of Performance
- Address: SEWRL, 2316 Rainwater Rd, Tifton, Georgia, 31793, United States
- Zip Code: 31793
- Zip Code: 31793
- Record
- SN04931879-W 20180525/180523230731-c77915643944eaa6650147a7a5a34e5c (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 |