Wisconsin Bids > Bid Detail

Isotope Ratio Mass Spectometer and Analytical Package

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159391253864449
Posted Date: Mar 9, 2023
Due Date: Mar 16, 2023
Solicitation No: 12505B23Q0041
Source: https://sam.gov/opp/6cf5a780f7...
Follow
Isotope Ratio Mass Spectometer and Analytical Package
Active
Contract Opportunity
Notice ID
12505B23Q0041
Related Notice
12505B23Q0041
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS MWA AAO ACQ/PER PROP
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 09, 2023 02:35 pm CST
  • Original Date Offers Due: Mar 16, 2023 03:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 31, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Marshfield , WI 54449
    USA
Description

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; proposals are being requested and a written solicitation will not be issued. Solicitation No. 12505B23Q0041 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01.





The NAICS code applicable to this acquisition is 334516 (Analytical Laboratory Instrument Manufacturing). The PSC is 6640. This requirement is being solicited as unrestricted.





The USDA-ARS Research Farm- Marshfield Ag Research Station has a requirement for Isotope Ratio Mass Spectrometer and Analytical Package. Product number 200002499, EcovisION+ or equivalent.





This acquisition is for the following item as identified in the Contract Line Item Number (CLIN):



CLIN 0001: Isotope Ratio Mass Spectrometer and Analytical Package to include Isotope ratio mass spectrometer, elemental analyzer, gas chromatograph, autosampler, power supply, and microbalance. Product number: 200002499, EcovisION+, or equivalent;



CLIN 0002: 150 sample tray for Agilent 7693 sampler, Product Number: 200010057,or equivalent;



CLIN 0003: Mettler-Toledo WXTS, new model readability 0.001 mg with V 24/RS232 interface including cable to connect to elementar analyzer, Product Number: 200014001or equivalent.





The Contractor shall provide all items F.O.B. destination to USDA-ARS-MWA-EIDMRU, 2615 Yellowstone Drive, Marshfield, WI 54449. The Government anticipates award of a Firm Fixed Price contract.





Offerors responding to this announcement shall submit their Quote in accordance with FAR 52.212-1.





The basis for award is Lowest Price Technically Acceptable (LPTA). LPTA means the best value is expected to result 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 and (2) Price and must also have satisfactory Past Performance. Technical acceptability will be evaluated based on equal salient characteristics to those in the statement of work. The lowest priced proposal will first be evaluated for technical acceptability in accordance with the minimum specifications identified. If determined not technically acceptable, it will be removed from competition and the next lowest priced proposal will be evaluated for technical acceptability. This will continue until the lowest price proposal is determined technically acceptable. Once the lowest priced proposal is determined technically acceptable, then a determination of responsibility will be completed. If found responsible, evaluations will be closed and award will be made.





DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall provide 1) technical approach; 2) price; and 3) Company's SAM UEI 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 Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; FAR 52.204-7 System for Award Management; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 52.204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation; AGAR 452.204-70 Inquiries; FAR 52.209-6 Protecting the Government’s Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; 52.219-28 Post Award Small Business Program Rerepresentation; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical and price); FAR 52.212-3 Offeror Representations and Certifications—Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-28 Post Award Small Business Program Representation; AGAR 452.219-70 Size Standard and NAICS Code Information; 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; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1 Buy American-Supplies FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Reps and Certs; FAR 52.229-11 Tax on Certain Foreign Procurements-Notice and Representation; FAR 52.229-12 Tax on Certain Foreign Procurements; FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference.



To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A SAM UEI number is required in order to register. All invoices shall be submitted electronically.



Questions regarding this solicitation shall be emailed (no phone calls will be accepted) to Melissa Grice, Contract Specialist at melissa.grice@usda.gov no later than 3:00 PM (Central) March 8, 2023. All answers to questions will be posted as an attachment in this solicitation.



Furnish quotes no later than 3:00 PM (Central), March 16, 2023 to Melissa Grice, Contract Specialist at melissa.grice@usda.gov . Quotes will only be accepted via email, no phone calls will be accepted.


Attachments/Links
Contact Information
Contracting Office Address
  • 1815 N UNIVERSITY STREET
  • PEORIA , IL 61604
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >