SOLICITATION NOTICE
66 -- Carbon Nitrogen Analyzer
- Notice Date
- 3/20/2020 12:59:43 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- USDA ARS PWA AAO ACQ/PER PROP ALBANY CA 94710 USA
- ZIP Code
- 94710
- Solicitation Number
- CWR_001205405000255B
- Response Due
- 3/31/2020 12:00:00 PM
- Archive Date
- 04/15/2020
- Point of Contact
- Shelley C Steen, Phone: (208) 423-6568
- E-Mail Address
-
shelley.steen@usda.gov
(shelley.steen@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined solicitation and synopsis�issued by the USDA, Agricultural Research Service (ARS), Northwest Irrigation and Soils Research�Laboratory�(NWISRL) 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. Please read this combined solicitation and synopsis in its entirety. This is a Total Small Business Set-Aside.� The North American Industry Classification System (NAICS) code for the proposed acquisition is 334516.� The size standard is 1,000 employees. TECHNICAL SPECIFICATIONS This requirement is for�a carbon nitrogen analyzer that will meet or exceed all of the following specifications/requirements: Instrument must be capable of analyzing carbon and nitrogen via high temperature combustion. System must be able to analyze carbon and nitrogen at the same time and operate in a separate mode where nitrogen is analyzed alone. System must have an integrated position top loading sampler for automated ash removal with 90 sample capacity or greater. Instrument must be capable of analyzing both solid and liquid samples. Sample analysis must be able to analyze up to 1 g of organic sample (e.g., soil) and up to 4mL of aqueous solution (e.g., water) using an open inert stainless steel reusable crucible (5 mL volume to allow sample sizes noted above) that do not require encapsulation of the sample (i.e., sample can be directly weighed into crucible) System must allow both helium (99.995% pure) and argon as a carrier gas and oxygen (99.995% pure) as the combustion gas. No other gases should be required. The footprint must be 30 inches X 30 inches (WxD) or less to fit on available lab benches. Oxygen dosing should be automatically controlled with software to prevent over-dosing. Instrument must be able to operate with a 110/120 VAC standard United States wall outlet. For carbon and nitrogen must be able to detect down to approximately 0.1 mg and for carbon must be able to detect up to 500 mg, for nitrogen must be able to detect up to 200 mg. The date of delivery will be within 90 calendar days of the date of the order. The Contracting Officer or the Contracting Officer�s duly authorized representative will inspect and accept the supplies to be provided under any contract issued from this solicitation.� Delivery and inspection will be performed at the USDA, ARS, NWISRL at 3793 North 3600 East in Kimberly, Idaho 83341.� All quotes should include any fees required for delivery to the delivery destination. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Any item quotes must include a warranty of at least 12 months. EVALUATION AND AWARD Interested Parties must respond with your quote and all required documents by email to shelley.steen@usda.gov on or before March 31, 2020 at 1:00 PM Mountain Daylight Time.� Inquiries may be directed to Shelley Steen at (208) 423-6568. This is a Lowest Price Technically Acceptable Acquisition.� The government expects to achieve best value from the selection of the technically acceptable quotation with the lowest evaluated price.� Therefore, the government will select the lowest priced offer meeting or exceeding all technical specifications (including delivery date) that is responsive to ALL of the terms and conditions outlined in this solicitation. Quotes must meet all specifications/requirements in this posting for the carbon nitrogen analyzer to be technically acceptable. All quotes must contain the contractor�s DUNS number. All contractors must be registered in the System for Award Management (SAM) database, as required by FAR 4.1102 by the quote submission deadline. Information on registration may be obtained by visiting https://sam.gov/SAM/. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine that the item quoted meets all technical specifications.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/976e01bb51af4e4a8facf4e6c654fe0b/view)
- Place of Performance
- Address: ID 83341, USA
- Zip Code: 83341
- Country: USA
- Zip Code: 83341
- Record
- SN05596086-F 20200322/200320230144 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |