Federal Bid

Last Updated on 30 Aug 2019 at 8 AM
Combined Synopsis/Solicitation
Halls Tennessee

Elemental Analyzer

Solicitation ID W81EWF90384121
Posted Date 12 Aug 2019 at 8 PM
Archive Date 30 Aug 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Usace Itl, Gsl, El, Chl, Vicksburg
Agency Department Of Defense
Location Halls Tennessee United states
Combined Synopsis/Solicitation
Elemental Analyzer
Vicksburg, MS

This is a combined synopsis/solicitation for a commercial supply 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is W81EWF90384121 and this solicitation is issued as a request for quote (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2019-03. The small business standard for the associated NAICS code is 334516 with a size standard of 1000 employees.

The US Army Engineer Research and Development Center (ERDC), Vicksburg, Mississippi is soliciting quotes for the purchase of an Elemental Analyzer. The ERDC requires an instrument for the rapid determination of carbon, nitrogen and sulfur in organic and inorganic matrices and other types of materials. The requirement for the analyzer is that it must be able to accurately measure samples that are less than 10mg in size. This instrument is required from ongoing harmful algal bloom research and the samples sizes are less than 10 mg. The only instrument found that accurately measures samples 10 mg or less was the Flash Smart CNS Elemental Analyzer.

The instrument must:
• Be able to detect carbon, nitrogen, and sulfur in organic matrices that are less than 10mg in size and include any necessary conversion kits.
• Be based on the modified Dumas Method.
• Be modular to enable over 20 configuration in one instrument.
• Be automated with a 32 position autosampler
• Have dual furnace base United States Army include kit for minimum of 1000 nitrogen analyses
• Must use dynamic flash combustion
• Include Instrument Control System with EagerSmart Data Handling software
• Include a microbalance with readability 0.001 mg/0.01 mg, repeatability 0.0008 mg (at 200 mg), 0.006 mg (at 3.0 g) with a weighing capacity of 1.2 g (0.001), 3.2 g (0.01) and an automatic weight transfer via RS232 interface.
• Include an installation kit with two stage cylinder regulators for helium and oxygen as well as tubing and fittings.
• Include installation and training

Delivery Location:

USACE ERDC
Attn: Kaytee Boyd
3909 Halls Ferry Road
Vicksburg, MS 39180


Estimated Delivery Date: September 30, 2019 or before.

The following FAR clauses and provisions incorporated by reference apply to this combined synopsis/solicitation:
52.204-7 System For Award Management; 52.204-13 System For Award Management Maintenance; 52.204-19 Incorporation By Reference Of Representation And Certifications; 52.212-1 Instructions to Offerors - Commercial Items; 52.219-4 Notice Of Price Evaluation Preference For HUBZone Small Business Concerns; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-50 Combating Trafficking In Persons; 52.223-10 Waste Reduction Program; 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving; 52.225-13 Restrictions On Certain Foreign Purchases; 52.225-25 Prohibition On Engaging In Sanctioned Activities Relating To Iran-Certification; 52.232-33 Payment by Electronic Funds Transfer -- System for Award Management; 52.233-3 Protest after Award; 52.233-4 Applicable Law For Breach Of Contract Claim; 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials; 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights; 252.203-7005 Representation Relating To Compensation Of Former DoD Officials; 252.204-7003 Control Of Government Personnel Work Product; 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information; 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation 2012-O0004); 252.225-7001 Buy American And Balance Of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies On Contract Payments; 252.247-7023 Transportation Of Supplies By Sea

The following FAR clauses and provisions incorporated by full text apply to this combined synopsis/solicitation:

52.212-2 Evaluation -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items (Alt I); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Deviation); 52.219-28 Post-Award Small Business Program Re-representation; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 52.252-5 Authorized Deviations In Provisions; 52.252-6 Authorized Deviations In Clauses; 252.204-7011 Alternative Line-Item Structure; 252.211-7003 Item Identification And Valuation

Offerors must include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications -- Commercial Items (Alt I), with their offer.

Only one award will be made under FAR Part 12 procedures. The awarded contract will be a Firm Fixed Price Single Award type. Quotes are due on 15 August 2019 at 11:30 a.m. Central Standard Time.

The contract will be awarded on a Lowest Price Technically Acceptable (LPTA) basis, considering past performance.

The Government intends to award without discussions, however, reserves the right to hold discussions, if necessary. Therefore, offerors should provide their best possible quote from a technical and pricing standpoint.

Send quotes via email to [email protected]. Copies of FAR clauses/provisions may be accessed via the internet at http://farsite.hill.af.mil/.

Bid Protests Not Available

Similar Past Bids

Columbia Missouri 17 Jul 2017 at 8 PM
Madison Wisconsin 20 Jun 2024 at 8 PM
Madison Wisconsin 28 Jun 2024 at 12 PM
Madison Wisconsin 03 Jul 2024 at 4 PM
Bureau Illinois 16 Sep 2014 at 9 PM

Similar Opportunities