Illinois Bids > Bid Detail

Automatic Cloud Point and Pour Point Measuring Device

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159139137107670
Posted Date: Jul 12, 2023
Due Date: Jul 31, 2023
Solicitation No: 12505B23Q0110
Source: https://sam.gov/opp/8711830b6f...
Follow
Automatic Cloud Point and Pour Point Measuring Device
Active
Contract Opportunity
Notice ID
12505B23Q0110
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS MWA AAO ACQ/PER PROP
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jul 12, 2023 11:41 am CDT
  • Original Date Offers Due: Jul 31, 2023 11:59 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Peoria , IL 61604
    USA
Description

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 12505B23Q0110 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. The associated NAICS code is 334516 - Analytical Laboratory Instrument Manufacturing, with a small business size standard of less than 1,000 employees and the PSC code is 6640. This solicitation is a 100% Total Small Business Set-Aside.



The United States Department of Agriculture, Agricultural Research Service (USDA-ARS) has need of the following product:



001) Automatic Cloud Point and Pour Point Measuring Device



Scope of Work:



The United States Department of Agriculture, Agricultural Research Services (USDA-ARS) Midwest Area (MWA) Administrative Office's Acquisitions & Personal Property/Fleet Team on behalf of the USDA-ARS National Center for Agricultural Utilization Research (NCAUR) located at 1815 North University Street, Peoria, IL 61604 is requesting quotes for an automatic cloud point and pour point measuring device.



Background:



This instrument will replace an older instrument that is no longer operational and not supported by the seller. The new instrument will provide determination of Cloud and Pour Points of lubricant and fuels according to the widely-accepted ASTM standards. Such data is needed for fulfillment of project plan objectives relating to production of bio-based lubricants and fuels from vegetable oils and other renewable materials.



Technical Requirements:



Delivery, installation, and familiarization with of an automatic Cloud Point and Pour Point measuring device that mimics ASTM D2500 and D97 methods. The unit should be capable of working independently, or come with controlling computer and software. It should allow transferring of the results through USB port.



1) Installation and training by a service technician



2) Cooling System



3) Robotic lifting/tilting mechanism (Head)



4) System for detecting the fluid motion when the test tube is tilted



5) System for detecting the cloudiness of the fluid



6) Test tube(s) according ASTM D97 and D2500



7) Temperature-measuring probes



8) Software/system that operates the setup to mimic D97/D2500



9) USB port for exporting the data



10) The system should operate on AC 110V/60 Hz, or come with an appropriate converter



11) The system should fit on 50” ×27” (WxD) bench and be

12) The system should be able to measure Cloud and Pour Points in the 0 to -60°C range



13) Automatically controlled cooling bath, with temperature settings according D97 and D2500



14) Robotic lifting/tilting mechanism



Government will be present during delivery and installation of equipment. If needed, the government will supply a standard loading dock to accept delivery of the unit. The government will supply a location with suitable instrument requirements (space, electricity) as needed to operate the instrument. Equipment will be delivered to 1815 North University Street, Peoria, Illinois 61604. Given COVID restrictions, additional requirements will be in place for entrance to the lab. These will be communicated with the equipment supplier. Attempts will be made to ensure that safety is met for all parties and the equipment delivered in a timely manner.



Travel:



To 1815 North University Street, Peoria, IL 61604 for installation and training.



Security Requirements:



A copy of an official government photo ID (State-issued driver’s license or ID card, passport, green card, etc.) must be provided no later than one week before arrival of contract service technician(s) except in the case of emergency service, where only the name of the technician provided via email or telephone will be necessary. Security access to the NCAUR facility will be provided based on this identification requirement. Freight drivers must comply with NCAUR COVID-19 pandemic guidelines to include the wearing of face masks and maintaining 6 foot social distancing.



Section 889 of The National Defense Authorization Act Certification:



Offeror will represent that:




  1. It will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation.

  2. After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that It does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or service.



Key Deliverables:




  • Automatic Cloud Point and Pour Point Measuring Device

  • Delivery

  • Installation

  • Training



Delivery:



Delivery of the automatic cloud point and pour point measuring device to be made within 60 days of award. Installation and training to be provided within 30 days of delivery (i.e. within 90 days of award).



Evaluation Factors:



Pursuant to FAR 52.212-2, the criteria for evaluation and basis for award will be Lowest Price, Technically Acceptable (LPTA). Technical acceptable is define as meeting ALL of the technical requirements identified on the Statement of Work and reiterated in the solicitation description. The Government intends to make one Firm-Fixed Price award based on the lowest price technically acceptable (LPTA) quote received. "LPTA" means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. The lowest priced quote will be evaluated first; if NOT found technically acceptable, the next lowest priced quote will be evaluated, and so on until a technically acceptable quote is identified. The Government will NOT review higher priced quotes if the lowest (or a lower) priced quote is determined to be technically acceptable.



Submitting a Quote:



Failure to demonstrate compliance with ALL instructions presented herein will constitute sufficient cause to reject a quote without further discussions. All responsible sources may submit a quote which will be put into considered for award.



Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. The applicable FAR clauses and provisions for this acquisition are included in the attachments to this solicitation. The Government anticipates making one Firm-Fixed Price award.



Vendors responding to this announcement shall submit their quote along with all other requested and required documentation (such as completed FAR provisions) to be included as part of ALL offeror’s responses. The quote should include any and all fees, charges, and/or surcharges. This will be a tax-exempt purchase.



The solicitation attachments include FAR clauses, a Statement of Work, and FAR provisions. Be sure to read and review ALL of the attachments and to complete any and ALL additional documentation required as part of your quote submission. Of critical importance is to review the SOW as it contains the requirements for this acquisition.



In addition, all submissions should include the FAR clauses and provisions completed in their entirety. The FAR clauses and provisions constitute the terms and conditions for submitting a quote in response to this solicitation as well as the terms and conditions of the anticipated award. The FAR provisions apply to the solicitation and submission of quotes. The FAR clauses apply to the solicitation and submission of quotes as well as to the resulting award. The FAR clauses will be included as part of the resulting award. Please review ALL of the FAR clauses and provisions and be certain to complete all of the FAR clauses and provisions that require the offerors impute (i.e. all boxes are checked, blanks are filled in, and tables are completed). Please provide a completed copy of the FAR provisions FAR 52.204-24 (Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment), FAR 52.212-3 (Offeror Representations and Certifications - Commercial Products and Commercial Services), and FAR 52.225-18 (Place of Manufacture), with any quote.



Please ensure your quote will be current and that the price quoted will NOT expire for a minimum of 30 days.



To be eligible to be put into consideration for award, ALL vendors who respond to this solicitation must be registered in the System for Award Management (SAM) with a current and active registration at the time their quote is submitted. A vendor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A Unique Entity Identifier (UEI) number is required in order to register. Vendors must also include their UEI# on their quote. Vendors should also include their SAM status as well as the business size and socio-economic status(es) for the applicable NAICS code.



As the Buy American Act applies to this acquisition, vendors are to provide the full legal name of the manufacturer as well as the manufacturing location’s full street address (for USA made) or the country of origin (for foreign made) products included in their quote. A statement or certification from the manufacturer as to the manufacturing street address or country of origin would be preferred.



Also, be certain all quotes included your full legal name, physical address, individual unit prices for all items quoted, the total quoted price, an estimated time to delivery or completion, the quote submission date, the quote expiration date, and all other relevant information.



The submission and payment of invoices on the resulting award will be made through the Invoice Processing Platform (IPP). As such, vendors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting award.



Questions in regards to this combined synopsis/solicitation must be submitted through email to aaron.dimeo@usda.gov (NO calls with questions will be accepted) and are due by NO later than Thursday, July 20, 2023 at 11:59 PM Central Time (CT). Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation. No questions will be answered after this date unless determined to be in the best interest of the Government.



Only electronic submissions made via email will be accepted (NO verbal quotes made by phone call, quotes submitted by USPS mail, or quotes submitted in the body of an email). Please email all quotes in writing along with completed FAR provisions as well as ALL other requested and required documentation to aaron.dimeo@usda.gov by NO later than Monday, July 31, 2023 at 11:59 PM Central Time (CT).



NOTE: Be absolutely certain to reference the RFQ number “12505B23Q0110” and/or title of the solicitation “Automatic Cloud Point and Pour Point Measuring Device” in the subject, body, and/or attachments on your quote submission email to ensure your submission can be located and attributed to this solicitation. Failure to do so could potentially result in your submission being deemed “unresponsive” and as a result your quote may NOT be put into consideration for award (as your quote may NOT be located when searching the recipients email to ensure all responses to the solicitation have been logged before making an award determination).


Attachments/Links
Contact Information
Contracting Office Address
  • 1815 N UNIVERSITY STREET
  • PEORIA , IL 61604
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 12, 2023 11:41 am CDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >