Florida Bids > Bid Detail

TLC-MS Interface 2

Agency:
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159650961439419
Posted Date: Dec 28, 2023
Due Date: Jan 5, 2024
Source: https://sam.gov/opp/4f09aaf750...
Follow
TLC-MS Interface 2
Active
Contract Opportunity
Notice ID
12405B24Q0048
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS SEA AAO ACQ/PER PROP
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Dec 28, 2023 02:35 pm CST
  • Original Date Offers Due: Jan 05, 2024 08:00 am CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 20, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Coral Gables , FL 33158
    USA
Description

UNITED STATES DEPARTMENT OF AGRICULTURE AGRICULTURAL RESEARCH SERVICE



SHRS SPECIFICATIONS





TLC-MS Interface 2





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 12405B24Q0048 and is issued as a request for quotation (RFQ). The NAICS code is 334516 – Analytical Laboratory Instrument Manufacturing. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2023-06.





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






  1. Introduction: Scientists at the SHRS use





Thin-Layer Chromatography with Mass Spectrometry (TLC-MS) Interface 2 techniques to directly isolate bioactive compounds from TLC plates and be ready to analyze direct to gas Chromatography and mass spectrometry (GC-MS) systems. This technique is a highly convenient and versatile instrument allowing for rapid and contamination-free elution of bioactive compounds that can be identified via GC-MS. This work requires isolation and separation of novel attractants or toxicants for fruit flies with potential applications for improvement of detection and management programs for agricultural pests. Thus, there is a critical need for this TLC-MS Interface 2 in order to perform this work.






  1. Scope: The Contractor shall provide the TLC-MS Interface 2, as described.






  1. Technical Requirements: TLC-MS Interface 2 Specifications: TLC-MS Interface 2 with a pneumatic elution head. The instrument must be delivered to USDA/ARS/SHRS; Miami, FL and delivered and will be installed in Laboratory 212, Building 89. Delivery and installation will need to be coordinated with SHRS personnel, normal hours of 9:00am-4:00pm Monday-Friday are anticipated. No deliveries are accepted 12:00pm – 1:00pm, when the main office is closed for lunch.






  1. Place of performance: USDA/ARS/SHRS



13601 Old Cutler Road, Bldg 89, Lab 212, Miami, FL 33158






  1. Point of Contact:








    1. Access to the facility during normal business operations (Monday through Friday, 9am to 12pm and 1pm to 4pm; closed on weekends and federal holidays)

    2. Loading dock, elevator










    1. Contact information:





Elena Schnell, email: Elena.Schnell@usda.gov; phone: 786-573-7070






  1. Performance Requirement Measures: A TLC-MS Interface 2 in the specifications stated above.

  2. Quotes are due: 1/5/2024 at 8:00 PM (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 1/5/2024 at 8:00 AM (CT). Quotations are to be addressed to Jovan Haynes, Purchasing Agent, at jovan.haynes@usda.gov. Additional information may be obtained by contacting the Purchasing Agent by email.








Attachments/Links
Contact Information
Contracting Office Address
  • 141 EXPERIMENT STATION ROAD
  • STONEVILLE , MS 38776
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 28, 2023 02:35 pm CSTCombined 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 >