Ambient Ionization Hardware
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 in this notice. This anno... 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 in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation No. 12505B19S964904 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. The NAICS code applicable to this acquisition is 334516 (Analytical Laboratory Instrument Manufacturing). This requirement is 100% set aside for small business. For a small company to qualify as a small business, the small business standard is 1,000 employees or less. The USDA, ARS, MWA, National Center for Agricultural Utilization Research in Peoria, IL has a requirement for Ambient Ionization Hardware, hardware that enables the real-time classification of samples using a form of ambient ionization mass spectrometry known as direct-analysis in real time (DART). This is for the following item as identified in the Contract Line Item Number (CLIN): 01) DART system with automation and pump assembly, Qty: 1 Each Required Specifications: This requirement is for hardware that enables the real-time classification of samples using a form of ambient ionization mass spectrometry known as direct-analysis in real time (DART). To avoid the need to purchase an additional mass spectrometer, the ambient ionization hardware must be able to be integrated with the mass spectrometer currently maintained by the research unit (a Waters Corporation model ACQUITY QDa mass detector). Function as an ionization source for use in a form of mass spectrometry known as "Direct Analysis in Real Time" (DART) Be capable of directing, in a controlled fashion, a supply of heated, energized, nitrogen or helium gas at a sample stage. Have a sample stage upon which sample cards can be easily and accurately placed for interrogation. Have mounting hardware that permits attachment of the sample stage and gas heater to a Waters Corporation model ACQUITY QDa mass spectrometer. Have electronic connections that permit the instrument to be controlled by MassLynx software (MassLynx software is used to control the mass spectrometer). Have a pump that applies a vacuum to the inlet of the source of the mass spectrometer (VAPUR interface) Be powered at 100-120 V. Come with the necessary software for operation and control of the associated hardware. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall provide 1) technical specifications; 2) price and 3) Company's DUNS number. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); FAR 52.204-7, System for Awards Management (ALL OFFERORS MUST BE REGISTERED AND ACTIVE IN THE SYSTEM FOR AWARDS MANAGEMENT DATABASE IN ORDER TO RECEIVE AN AWARD) The website address for registration is: http://www.sam.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.223-4, Recovered Material Certification; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.225-2, Buy American Act Certificate ; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html. DELIVERY: FOB Destination. DELIVERY TO: USDA-ARS, Peoria, IL. QUOTE PRICE MUST INCLUDE any freight, shipping, handling, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery and invoice no later than 60 days after receipt of contract, however, each offeror shall include their proposed delivery schedule as part of their quotation. The basis for award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the expected outcome of the acquisition that results 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) Net Price and must also have satisfactory Past Performance. Questions relating to this requirement shall be sent via email to Kristen Turner, Contracting Officer at Kristen.turner@ars.usda.gov and received no later than 3:00 PM (Central), Friday August 2, 2019. Answers to all questions will be provided in the form of a modification to this solicitation. No phone calls will be accepted. Furnish Quotes no later than 3:00 PM (Central), Friday, August 9, 2019 to Kristen Turner, Contracting Officer at Kristen.turner@ars.usda.gov . Quotes will only be accepted via email, no phone calls will be accepted.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »