Federal Bid

Last Updated on 18 Aug 2023 at 8 PM
Combined Synopsis/Solicitation
Canal point Florida

Micro NIR

Solicitation ID 12405B23Q0592
Posted Date 18 Aug 2023 at 8 PM
Archive Date 08 Sep 2023 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Usda Ars Sea Aao Acq/Per Prop
Agency Department Of Agriculture
Location Canal point Florida United states 33438

USDA-ARS Sugarcane Production Research Unit

12990 US Hwy 441 N

Canal Point, FL 33438

Minimum specifications

MicroNIR OnSite-W

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. The solicitation number is 12405B23Q0592 and is issued as a request for quotation (RFQ). The NAICS code is 334516 – Analytical Laboratory Instrument Manufacturing. This solicitation document incorporates those provision and clauses in effect through Federal Acquisition Circular FAC 2023-04,

Any quotes not meeting the minimum specifications will not be considered. 

Background and Scope

This request is to purchase a handheld NIR instrument to conduct research.

Required Supporting Equipment

(1) Sample Shaker

(2) Tablet Probe

(3) Extended Warranty

(4) Technical Support

Applicable Documents and Standards

Equipment should be shipped within standard shipment times after purchase is made.

Requirements

Equipment must be a handheld, battery powered microNIR instrument that is able to connect wirelessly to a tablet PC or laptop. The NIR instrument should operate in the wavelength range 950-1650nm to match the wavelength of existing laboratory NIR instruments for comparison between the two types of instruments. Operating and data analysis software must be able to export collected data in CAMO .unsub, Grams .spc, and ASCII .csv file formats. Must have the option of attaching a probe to the handheld NIR instrument. Must operate between 20 and 40 C, must have signal to noise ratio of 25,000 with a typical measurement time of 0.25 to 0.5 seconds and a maximum dynamic range of 1000:1.

Testing and Verification

Item must operate between 20 and 40 C, must have signal to noise ratio of 25,000 with a typical measurement time of 0.25 to 0.5 seconds and a maximum dynamic range of 1000:1.

Data Requirements

Operating and data analysis software must be able to export collected data in CAMO .unsub, Grams .spc, and ASCII .csv file formats.

Packaging and Shipping

Packaging and shipping requirements must comply with federal regulations for interstate shipments

Parameter

Specification

Illumination source

Two integrated vacuum tungsten lamps

Lamp life

>40,000 hr

Sample working distance

3 mm from window optimal, 0-15 mm

Dispersing element

VIAVI linear variable filter (LVF)

Detector

128 pixel InGaAs photodiode array

Wavelength range

950 – 1650 nm (10,526 – 6060 cm-1)

Pixel-to-pixel interval

6.2 nm for 950 – 1650 nm

Spectral bandwidth (FWHM)

<1.25% of center wavelength, 1% typical (e.g., @1000 nm, resolution is <12.5 nm)

Analog-to-digital convertor

16 bit

Dynamic range (Max)

1000:1

Measurement time (typical)

0.25 – 0.5 sec

Signal-to-noise ratio (typ.)

25,000

Integration time

10 ms typical, minimum 10 µsec

Connectivity

Bluetooth 4.1 (BLE) and USB 2.0

Weight

<250 g (<9 oz)

Size (Length x Diameter)

194 mm (6.64”) x 47 mm (1.85”)

Battery

Rechargeable Li-ion, not removable

Battery run time/charge

>10 hours with lamps on continuously

Battery cycle life

>75% capacity after 300 charge cycles

Battery charge time

3.5 hours at 1 A

Export data formats

CAMO .unsb, Grams .spc, ASCII .csv

Operating system

Microsoft Windows 10 Pro

Minimum screen resolution tablet/PC application

1920 x 1080/1366 x 768

Software compatibility

MicroNIR Pro 3.0 and above

Qualified PC

Microsoft Surface Pro 6 (tablet or PC)

Qualified Tablet PC

Dell Latitude 7212 Rugged Extreme

Operating temperature

−20 ~ 40°C (noncondensing)

Storage temperature

−20 ~ 50°C (noncondensing)

Dust and water resistance

IP65 and IP67

Shock and vibration

MIL-PRF-28800F Class 2

Delivery location:

USDA ARS Sugarcane Field Station

12990 Hwy 441N

Canal Point, FL 33438-9500

POC: Emily Becks, [email protected], (954) 401-1696

Quotes are due: 08/24/2023 at 5:00PM (CT)

All responsible businesses meeting the requirements may submit a quote which shall be considered by the Agency.

DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per item, discounts for trade-ins, total price and valid for at least 60 days after receipt of quote; and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov.

REJECTION OF QUOTATION: Failure to demonstrate compliance will be caused to reject the quote without further discussions. All responsible sources may submit an offer and will be considered.

The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS; 52.217-8 Option to Extend Services.

QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees. 

DELIVERY DUE DATE: The Government requires delivery on or before 30 ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation.

PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. 

Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.sam.gov. 

FAR 52.212-2, Evaluation-Commercial Item, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based low price, technically acceptable.

The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material, and capabilities of the offeror’s equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by, 08/21/2023 at 08:00 AM CT. Quotations are to be addressed to Jovan Haynes, Purchasing Agent, at [email protected]. Additional information may be obtained by contacting the Purchasing Agent by email.

Bid Protests Not Available

Similar Past Bids

Canal point Florida 05 Aug 2019 at 4 PM
Natick Massachusetts 26 Jun 2006 at 4 AM
Buchanan New york 19 Sep 2012 at 7 PM
Location Unknown 25 Aug 2008 at 10 PM
Location Unknown 20 Sep 2017 at 9 PM

Similar Opportunities

Colorado 02 Aug 2025 at 4 AM (estimated)
Colorado 02 Aug 2025 at 4 AM (estimated)
Colorado 02 Aug 2025 at 4 AM (estimated)
Columbus Ohio 11 Jul 2025 at 4 AM