Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2002 FBO #0271
MODIFICATION

66 -- Iodine Analysis System

Notice Date
8/28/2002
 
Notice Type
Modification
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Jefferson Laboratories, National Center for Toxicological Research, Attn: Contracts 3900 NCTR Road, Jefferson, AR, 72079
 
ZIP Code
72079
 
Solicitation Number
R-4011-00-2-00
 
Response Due
9/16/2002
 
Archive Date
10/1/2002
 
Point of Contact
Sharon Norful, Purchasing Agent, Phone (870)543-7264, Fax (870)543-7990, - Priscella Sullivan, Contracting Officer, Phone (870) 543-7271, Fax (870) 543-7990,
 
E-Mail Address
SNorful@nctr.fda.gov, psullivan@nctr.fda.gov
 
Description
This notice 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. This is a Request for QUOTE (RFQ); a written solicitation will not be issued. The Jefferson Laboratories, Arkansas Regional Laboratory (ARL), intends to purchase an Iodine Analysis System. Description of the system: This equipment is needed for the analysis of iodine (as iodide) in food samples that are a part of the Total Diet Analysis Program. The intended use for the equipment is to automate the analytical procedure that involves the iodine catalyzed reaction of arsenic and ceric. The automation of this procedure will provide a more efficient process as well as a more accurate procedure since every sample and standard will be handled exactly the same. The following characteristics are required: 1. Non-segmented low flow rates to minimize the amount of waste arsenic generated and provide high throughput rates and complete washout characteristics. 2. Demonstrated ability of the instrument to measure iodine at ng (nanogram)/ml levels and agreement to refine any existing method to insure that it will work with Total Diet Sample digests. 3. System should provide an autosampler and the software necessary to dilute samples that are initially off scale and rerun the samples without operator intervention and to have the capability to automatically prepare working standard solutions from a stock standard solution 4. The instrument package should include but not be limited to the following: XYZ Autosampler A reagent pump All the required software, data interface and A/D board A computer, monitor and printer An analytical channel designed specifically to assay iodine (as iodide) An accessories kit Operating manuals Installation and training Interested offeror?s shall submit technical capabilities, which may be descriptive literature, along with their cost quotation. APPLICABILITY OF FAR PROVISIONS. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instruction to Offerors ? Commercial Items (October 2000); FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). The evaluation criteria stated in paragraph (a) of this provision are as follows: (1) technical capability of the proposed system to meet the requirements stated herein, and (2) price. OFFERS MUST INCLUDE A COMPLETED COPY OF FAR PROVISIONS 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS WITH THEIR OFFER (MAY 2001). THEY ARE ACCESSIBLE AT http://www.arnet.gov/far. FAR Provision 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2002). FAR 52.215-5 (May 2002) The following clauses listed in paragraph (b) of 52.212-5 apply to this acquisition: (1), (11), (12), (13), (14), (15), (16), (18), (20) and (24). FAR 52.215-5 Facsimile Quotations (Oct 1997). FOB Destination within 45 days after award of a purchase order. Descriptive literature shall be in sufficient detail as to demonstrate that the system offered meets or exceeds the specifications. Award will be made to the vendor who submits a proposal that offer the Best Value to the Government in terms of technical ability and price (Apr 1984). The Government may make its decision on the basis of initial quotations received and not have discussions. Therefore each initial quotation should contain the offeror?s best terms from both a price and technical standpoint. This is Request for Quote number R-4011-00-2-00. Offers are due in this office no later than September 16, 2002, 2:00p.m., local prevailing time. The point of contact for this requirement is Sharon Norful; telephone (870) 543-7264 and fax number is (870) 543-7990. Submit Offers to the National Center for Toxicological Research, HFT-322, 3900 NCTR Road, Jefferson, AR 72079-9502, Attention Sharon Norful. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to finish required representation and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration.*****. The following is provided for all prospective offerors: Q1. My question is whether the technique applied by the system is mandated as non-segmented flow analysis, or would other techniques be considered? A1. In order to determine whether or not other systems would work we would have to have some type of samples and at the levels we are assaying. Please submit descriptive data along with quotation.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/HHS/FDA/NCTR/R-4011-00-2-00/listing.html)
 
Place of Performance
Address: DHHS/FDA/NCTR, Contracts Office- HFT-322, 3900 NCTR Road Jefferson, AR 72079-9502
Country: United States
 
Record
SN00152910-F 20020830/020828221705 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.