Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1998 PSA#2161

USDA, 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