Federal Bid

Last Updated on 31 Aug 2019 at 8 AM
Combined Synopsis/Solicitation
Canal point Florida

NIR System

Solicitation ID 12405B19P-973529
Posted Date 05 Aug 2019 at 4 PM
Archive Date 31 Aug 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usda Ars Sea Aao Acq/Per Prop
Agency Department Of Agriculture
Location Canal point Florida United states
This is a combined synopsis/solicitation for commercial items 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. Solicitation number 12405B19-973529 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 334516 (Analytical Laboratory Instrument Manufacturing), with a small business size standard of 1,000 employees. NIR System Specifications Fourier Transformed Spectrometer: • Resolution of 4cm-1 (0.3nm at 870nm) or better. • A user changeable resolution such that resolution can be traded off against signal-to-noise ratio for different applications. • The spectrometer shall have a long term (at least two weeks) wavenumber stability of 0.035cm-1 at 7181 cm-1 (0.007nm @ 1392 nm), or better. • The spectrometer shall have a wavenumber or wavelength scale of 0.1 cm-1 at7181 cm-1 (0.019 nm @ 1392 nm), or better. • A solid-state reference laser - a Helium-Neon laser in not acceptable due to their limited life and high replacement costs. • The spectrometer wavenumber or wavelength scale shall be referenced to a laser or other mechanism with equivalent long-term stability. • At least the wavenumber range 4000 cm-1 to 12800 cm-1 to capture all critical sugar components during harvesting (i.e. Brix, POL, sucrose, glucose, fructose, molasses, fiber, etc.). • An internal validation unit and software that facilitate operational and performance qualification of the instrument without the need for external standards. • The spectrometer shall operate from a 12V DC supply, maximum 3A, to allow for operation from a range common power sources, including battery or vehicle power. • The infrared source shall have a mean time between failure of 20,000 hours or greater, and shall be user replaceable. • The spectrometer shall be rated IP65 or better, weigh no more than 9kg (19.5 lb), no larger than 44 X 25 X 15 cm (17.5 x 9.5 x 6 in); making it portable for field use. • Use an integrating sphere for reflectance measurements, to ensure effective averaging of the measuring area and scattering angles. • For effective averaging of inhomogeneous samples, the beam size at the sample shall be at least 23 mm diameter, with a rotating cup assembly shall be available that increase the measured area to at least 40 cm2. • The unit must come equipped with all operational software relevant to research station needs, and accessories that maximize throughput during harvest season. • Item must have an extended 5 year warranty for the unit's longevity during heavy usage in the mill and in the field. Delivery must state door to door to the following address: USDA-ARS-Sugarcane Field Station 12990 US Hwy 441 North Canal Point, FL 33438 Additionally, delivery costs to the above location must be annotated in proposal. The Government anticipates award of a Firm Fixed Price contract. Service will begin as close to January 1st as possible, quoted price should include all associated costs. Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered equipment meets all specifications. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping). Electronic submissions are preferred. Please email all quotes to [email protected]. NO LATE QUOTES WILL BE ACCEPTED. The basis for award is Lowest Price Technically Acceptable. "LPTA" means the expected outcome of the acquisition that 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 Specifications, (2) Price (to include shipping), and must also have satisfactory Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restriction on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 204-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; 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 specifications and price); 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 52.216-24 Limitation of Government Liability; FAR 216.25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Non-displacement of Qualified Workers; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; 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 52.232-1 Payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.244- 6 Subcontractors for Commercial Items; 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 DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically. Quotes must be received no later than August 12, 2019, 4:00pm Central Standard Time. Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Friday August 9, 2019. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation
Bid Protests Not Available

Similar Past Bids

Canal point Florida 18 Aug 2023 at 8 PM
Buchanan New york 19 Sep 2012 at 7 PM
Athens Georgia 05 Aug 2021 at 8 PM
Athens Georgia 06 Aug 2021 at 5 PM
Location Unknown 24 Aug 2011 at 1 PM

Similar Opportunities

Tinker air force base Oklahoma 31 Dec 2025 at 5 AM (estimated)