|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1998 PSA#2161USDA, ARS, North Atlantic Area, Contracting Office, 600 East Mermaid
Lane, Wyndmoor, PA 19038 66 -- ELEMENTAL ANALYZER SYSTEM SOL RFQ 23-3615-98 DUE 090398 POC Lisa
M. Botella (215) 233-6551, fax (215) 233-6558, Contracting Officer The
USDA, Agricultural Research Service requires an Elemental Analyzer to
be furnished, delivered, and installed at its worksite at the
University of Maine in Orono, Maine in accordance with the terms,
conditions, and specifications contained in this document. This system
will be used in soil and plant research. 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; prices are being requested and a written solicitation
will not be issued. The Solicitation Number 23-3615-98 is issued as a
Request for Quotation (RFQ). Any questions arising from this
solicitation should be facsimiled to the Contracting Officer at (215)
233-6558 not later than August 27, 1998. The solicitation document and
incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 97-06. The Standard Industrial Code (SIC)
is 3826 with a small business standard of 500 employees. This
procurement is unrestricted. The Elemental Analyzer shall be able to
simultaneously determine the elements in soil and plant samples
specified in the following configurations: N, NC, NCS, CHN, CHNS,
and/or O. Capable of measuring the elements as a stand-alone elemental
analyzer and interface with alternate detectors, such as an isotope
mass spectrometers and electron capture detectors. Capable of analyzing
entire gas samples resulting from combustion and performing a complete
gas chromatographic separation of the elements of interest configured
for analysis. Splitting or dilution of the combustion gases is not
acceptable. Capable of being configured for analysis of oxygen by
prolysis without the addition of options furnaces. Uses a single
thermal conductivity detector for analysis of all elements for ease of
maintenance. Includes a micro-balance with the demonstrated capability
of at least 0.000001 g. precision. Includes an autosampler with the
capacity of 32 positions carousel and additional sample drums for
increasing the capacity to a minimum of 75 positions. Includes the
necessary consumable startup kit for at least 1000 samples for both NC
and NCS. Includes an IBM-compatible PC and all hardware and software
required for the operation of the analyzer. Includes an instrument
control system that consists of at a minimum a Pentium II 300MHz CPU,
32mb RAM, 4 GB Hard Drive, 3.5" 1.44 MB Floppy Disk Drive, 32X CD-ROM,
17" SVGA color monitor, keyboard, mouse, Windows NT 95 or 98 system
appropriate analytical software that is "Year 2000" compliant, and HP
LaserJet 6LXi Printer. "Year 2000 Compliant," (a) Definition: as used
in this clause, means that the information technology (hardware,
software and firmware, including embedded systems or any other
electro-mechanical or processor-based systems used in accordance with
its associated documentation) accurately processes date and
date-related data (including, but not limited to, calculating,
comparing, and sequencing) from, into, and between the twentieth and
twenty-first centuries, and the years 1999 and 2000 and leap year
calculations, to the extent that other information technology, used in
combination with the information technology being acquired, properly
exchanges date and date-related data with it. (b) Any information
technology provided, operated and/or maintained under this contract is
required to be Year 2000 compliant. To ensure this result, the
Contractor shall provide documentation describing how the IT items or
services demonstrate Year 2000 compliance, consisting of: standard
product literature or test reports. (c) The Contractor warrants that
any IT or service under this contact that involve the processing of
date and date-related data are Year 2000 compliant. If the contract
requires that specific listed products must perform as a system in
accordance with the foregoing warranty, then the warranty shall apply
to those listed products as a system. d) The remedies available under
this warranty shall include repair or replacement, at no additional
cost to the Government, of any provided items or service whose
non-compliance is discovered and made known to the Contractor in
writing within 90 days after acceptance. In addition, all other terms
and limitations of the Contractor's standard commercial warranty or
warranties shall be available to the Government for the IT items or
services acquired under this contract. Nothing in the warranty shall be
construed to limit any rights or remedies the Government may otherwise
have under this contract with respect to defects other than Year 2000
performance. The successful contractor shall provide installation and
testing of the equipment at the Orono, Maine office, include three (3)
copies of the Operation and Maintenance Manuals upon delivery and
provide a minimum of three (3) days of on-site training for a maximum
of three (3) personnel. The date and time shall be coordinated by the
Contractor at least one week prior to installation. Delivery shall be
FOB Destination to the USDA, ARS, N.E. Plant, Soil and Water Lab,
University of Maine, Orono, ME 04469, within 60 calendar days after
receipt of the order. The Government may reject any quotation that
offers a later delivery date. Acceptance shall be made at destination.
The following clauses and provisions apply: FAR 52-212-1, Instruction
to Offerors -- Commercial Items. The following terms and conditions
are added as an addendum to this clause: Submit your quotation,
acknowledgement of amendments (if any), Technical information, and the
Certifications at FAR 52.212-3 to Lisa M. Botella, USDA, ARS, North
Atlantic Area, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA
19038. FACSIMILE QUOTATIONS SHALL NOT BE ACCEPTED. FAR 52.212-2,
Evaluation -- Commercial Items. The following evaluation criteria are
included in paragraph (a) of that provision. Any resulting order will
be issued to the company offering the best value to the Government,
Technical and price-related factors considered. The evaluation factors
are: (A) TECHNICAL CAPABILITY INFORMATION-Technical capability will be
based on product literature, technical features (i.e. interface with
the Isotope Ratio Mass Spectrometer and as a stand-alone system),
warranty provisions and Year 2000 compliance. Each vendor is required
to submit warranty and descriptive literature or other documentation;
manufacturer or brand name and model of the items; and show how the
offered product meets or exceed the requirements as specified in the
specifications above; and documentation describing how the IT items or
services demonstrate Year 2000 compliance, consisting of: standard
product literature or test reports. (B) PRICE-Price shall be based on
the overall cost of the unit including shipping, installation,
training, warranty, and any options. Offerors shall include a complete
copy of the provision at FAR 52.212-3, Offeror/Representation and
Certifications-Commercial Items, with its quotation. A copy of the
Certifications at 52.212-3 must be requested in writing and may be
faxed to the Contacting Office at (215) 233-6558. The following terms
and conditions are added as an addendum to this clause: 52.225-1, Buy
American Act Certification (DEC 1989); FAR 52.212-4, Contract Terms and
Conditions-Commercial Items, applies to this acquisition. Clause
52.212-4 (g) is revised to have the Invoice submitted after
installation and acceptance to the Contract Officer, USDA, ARS, North
Atlantic Area Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA
19038. Training may be invoiced separately. FAR 52.212-5, Contract
Terms and Conditions Required to Implement Statues or Executive
Orders-Commercial Items, applies to this acquisition. The following FAR
clauses cited in 52.212-5 are applicable to this acquisition for
supplies: 52.203-6, Restrictions on Subcontractor Sales to the
Government (JUL 1995); 52.203-10, Price or Fee Adjustment for Illegal
or Improper Activity (JAN 1997); 52.219-8, Utilization of Small, Small
Disadvantaged and Women-Owned Business Concerns (JUN 1997); 52.222-26,
Equal Opportunity (APR 1984); 52.222-35, Affirmative Action for
Disabled Veterans and Vietnam Era Veterans (APR 1998); 52.222-36,
Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37,
Employment Reports on Disabled Veterans and Veterans of the Vietnam Era
(APR 1998); 52.225-3, Buy American Act Supplies (JAN 1994); 52.225-18,
European Union Sanction for End Products (JAN 1996). The following
terms and conditions are added as an addendum to clause 52.212-5:
52.232-34, Optional Information for Electronic Funds Transfer Payment
(AUG 1996); 52.227-19, Commercial Computer Software-Restricted Rights
(JUN 1987). 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 Government's rights with regard
to theother terms and conditions of this contract. In the event of
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. Quotations are due by 4:30 p.m. local time on
September 3, 1998. Address offers to: Lisa M. Botella, USDA,
Agricultural Research Service, Contracting Office, 600 East Mermaid
Lane, Wyndmoor, PA 19038, telephone (215) 233-6551. FACSIMILE
QUOTATIONS WILL NOT BE ACCEPTED. Posted 08/14/98 (W-SN237356). (0226) Loren Data Corp. http://www.ld.com (SYN# 0347 19980818\66-0013.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|