Minimum specifications required:
1. The ion source will readily perform DESI experiments under ambient temperature and pressure conditions when attached to a mass spectrometer.
2. The ion source will readily attach and interface to an AB-SCIEX Model 3200-QTRAP MS to allow sensitive analysis by DESI-MS.
3. The ion source will, under computer control, raster sample surfaces in at least one dimension to allow the automated physical scanning of sample surfaces during performance of DESI-MS experiments.
4. Installation and training required.
5. Warranty. Supplier must provide a warranty period of 12 months from the date of receipt.
DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the descriptive literature describing their proposed equipment with enough detail to ascertain whether the equipment meets the criteria listed above.
EVALUATION PROCEDURES: The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical acceptability, past performance, price.
DELIVERY: FOB Destination. Items shall be delivered within 60 days after receipt of order to Peoria, Illinois 61604. Quote price must include any shipping/freight costs.
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, and unit price per item and total price; 2) Three to five references for whom the same type of item has been provided, preferably in the last year. (Government references are preferred, but commercial references will also be accepted.) Please include the email address for references provided, if possible; 3) Offerors shall include a completed copy of the provision FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS, with this offer. FAR 52.212-3 can be found on-line at www.arnet.gov/far.
REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions.
PROVISIONS AND CLAUSES:
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.arnet.gov/far.
52.252-2 Clauses Incorporated by Reference (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: www.arnet.gov/far.
The following provisions and clauses apply to this acquisition and are hereby incorporated by reference:
1. FAR 52.212-1, Instructions to Offerors - Commercial Items
2. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (MUST complete and provide with quote)
3. FAR 52.204-7, Central Contractor Registration (ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IN ORDER TO RECEIVE AN AWARD.) The website address for registration is: http://www.ccr.gov;
4. FAR 52.212-4, Contract Terms and Conditions - Commercial Items with the following addenda to FAR 52.212-4: FAR 52.247-34, FOB Destination;
5. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following FAR clauses cited in 52.212-5 are applicable to this acquisition:
c. 52.222-3, Convict Labor (E.O. 11755)
d. 52.222-19, Child Labor
e. 52.222-21, Prohibition of Segregated Facilities
f. 52.222-26, Equal Opportunity
g. 52.222-36, Affirmative Action for Workers with Disabilities
h. 52.225-1 Buy American Act - Supplies
i. 52.225-13 Restriction on Certain Foreign Purchases
j. 52.232-36 Payment by Third Party
6. FAR 52.233-3 Protest After Award
52.212-2 Evaluation - Commercial Items (JAN 1999)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement, (ii) past performance, (iii) price (based on FOB Destination). Technical capability and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government.
52.225-2 BUY AMERICAN ACT CERTIFICATE (FEB 2009)
(a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, ie.e, an end product that is not a COTS item and doesn not meet the comnponent test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (CLOTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation enititled "Buy Amercian Act - Supplies."
(b) Foreign End Products (list as necessary):
Line Item No. Country of Origin
(c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation.
Any amendment and documents related to this procurement will be available electronically at http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any.
Furnish quotations to Sofia Basso, Purchasing Agent, USDA-ARS-NCAUR, 1815 N. University St., Peoria, IL 61604 no later than 2:00 p.m. Eastern,July 23,, 2010. Quotations and other requested documents may be provided by facsimile to (309) 681-6473 if desired. Additional information may be obtained by contacting the Purchasing Agent at (309) 681-6481or [email protected].
Primary Point of Contact.:
Sofia M. Basso
Contracting Office Address:
1815 N. University Street
Peoria, Illinois 61604
United States