This is a combined synopsis/solicitation for a commercial item 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 W912HZ-19-Q-0010 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 2019-01. This procurement is 100% set aside for small business under NAICS code 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 a brand name Elementar Vario Max Cube for the detection of carbon, nitrogen, hydrogen, sulfur (CNS) analysis and total organic carbon (TOC) analysis in organic and inorganic solid samples and liquid extracts of those materials (soils, plants, environmental samples). This instrument must be fully automatic with an autosampler and automatic ash removal. The instrument must allow the simultaneous determination of CHNS of samples up to the gram range in one fully automatic step.
Based on market research the only instrument that can meet these requirements is the Vario Max Cube CNS with the soli TOC cube upgrade and conversion kits for CNS to CN, CN to TOC, CN fast mode, CN Strong mode, sulfur analysis in trace range and a 5 step temperature ramp upgrade for TOC cube.
The instrument must:
• Include initial outfit kit (all items for installation, temperature resistant gloves, tweezers, tube retainer, and a starter kit with necessary consumables with small parts sufficient for installation.
• Be calibrated with helium as carrier gas.
• Include a high end analyzer for the determination of TOC, ROC, and TIC carbon in solids. Be fully automatic with 89 position autosampler with temperature ramping, automatic ash removal and reduced measurement time through active cooling of the heater. Should include installation kit containing all items and chemicals for installation and maintenance and for sample preparation.
• Include a modern control and data evaluation unit with operating system Windows 10, flat screen monitor, mouse, and English keyboard.
• Include pressure reducing valve for oxygen, two stage (suitable for threads according to DIN 477)
• Pressure reducing valve for helium, 8 bar (high quality two stage valve up to 100 bar/8 bar for helim or argon. Suitable for threads according to DIN 477)
• Xtreme 1 kVA uninterruptible power supply
• Electronic analytical balance, readability 0.01 mg with v 24/RS 232 Interface
• Extra calibration helium/argon (additional calibration by change of existing carrier gas
• Conversion kit sulfur analysis in the trace range with an additional specific infrared detector
• Reagent kit that contains reagents for 2000 CNS analyses excluding silver wool and sicapent.
• Set of o-rings
• Convenience kit with all items for fast tube exchange and further wear parts.
• Conversion kit CN Strong mode. (two 500 mg C abs CO2 adsorption columns for CN strong mode for analysis of large sample weights with high carbon content)
• Conversion kit CN fast mode (two 100 mg C abs CO2 adsorption columns for CN fast mode)
• Set of consumables for 4000 solid samples
• Set of o rings and small wear parts for the soli TOC cube
• Upgrade of the soli TOC cube for up to 5 step temperature ramps with software updates
• Conversion kit for CN to TOC with all chemicals
• Conversion kit for CNS to CN with all necessary items and reagents for 4000 CN analysis.
Delivery Location:
USACE ERDC
Attn: Joshua LeMonte
3909 Halls Ferry Road
Vicksburg, MS 39180
Delivery Date:
NLT 31 May 2019
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 of a Firm Fixed Price Single Award type. Quotes are due on 18 April 2019 at 12:00 p.m. Central Standard Time.
The contract will be awarded on a Lowest Price Technically Acceptable (LPTA) basis.
The Government intends to award without discussions, however, reserves the right to hold discussions, if necessary. Therefore, offerors should provide their best possible proposal 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/.