Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:1252KJ19S0005
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. 1252KJ19S0005 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 2019-05. The NAICS code applicable to this acquisition is 334516 (Analytical Laboratory Instrument Manufacturing). This requirement is 100% set aside for small business. The small business size standard is 1,000 employees or less. The USDA-ARS in Urbana, Illinois, has a requirement for a NOx monitor suitable for field use, to be used for analysis of NOx and ozone interactions. We also require a calibrator capable of outputting NO2 by gas phase titration of NO with ozone, and NO directly, needed to calibrate the monitor. Required minimum specifications of NOx monitor: Must be FRM/FEM Designated for measurement of NO2 Must measure NO, NO2, and NOx Directly measure NO2 through light attenuation Resolution 0.1 ppb or less Limit of detection 1 ppb or less Operating Temp 10-50°C or better Data output to analog out. Optional outputs to RS232, and/or USB, and/or Ethernet Response time 20 seconds or less Minimal NH3 (ammonia) interference Required minimum specification of calibration source: Gas phase titration capable Outputs NO and NO2 NO range 0-1000 ppb NO2 range 0-500 ppb Ozone range 0-500 ppb Flow rate 2.0 L/min minimum Operating temperature 10-50° C or better Programmable and schedulable output levels 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 https://www.acquisition.gov/browse/index/far 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 AT THE TIME OF OFFER) The website address for registration is: http://www.sam.gov. 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; 52.225-2, 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 https://www.acquisition.gov/browse/index/far. DELIVERY: FOB Destination. DELIVERY TO: USDA-ARS, Urbana, IL 61801 QUOTE PRICE MUST INCLUDE any freight, shipping, handling, as well as any applicable duties, brokerage, or customs fees. 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. Questions relating to this requirement shall be sent via email only to Danielle Cooley, Contracting Officer, at danielle.cooley@usda.gov no later than 2pm Eastern on Wednesday, August 28, 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 2pm Eastern, Friday, August 30, 2019 to Danielle Cooley, Contracting Officer, at danielle.cooley@usda.gov. QUOTES WILL ONLY BE ACCEPTED BY EMAIL. Please confirm receipt of your quote by the government.