Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2003 FBO #0505
SOLICITATION NOTICE

66 -- TOC ANALYZER

Notice Date
4/17/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Ord Service Center, 26 West Martin Luther King Drive, Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
RFQ-OH-03-00058
 
Archive Date
5/31/2003
 
Point of Contact
Point of Contact, Angie Thompson, Purchasing Agent, Phone (513) 487-2005
 
E-Mail Address
Email your questions to U.S. Environmental Protection Agency
(thompson.angie@epa.gov)
 
Description
NAICS Code: 334516 The U.S. EPA, ORD, National Risk Management Research Lab., Sustainable Technology Div., Cincinnati, OH, is seeking to obtain a complete and fully operational Total Organic Carbon/Total Nitrogen analyzer (TOC/TN). The instrument must have all the components and meet the minimum performance specifications listed below in addition to any other parts needed for instrument operation listed in the total price and not as options. The TOC/TN will be utilized as our analytical tools in measuring Total Organic Carbon (TOC), Non-Purgeable Organic Carbon (NPOC), Total Carbon (TC), Total Inorganic Carbon (TIC), and Total Nitrogen (TN) concentrations in solid and liquid environmental samples. The instrument will be utilized to analyze samples generated form several research efforts in the areas of waste leach testing, landfills studies, metal immobilization, and metal adsorption/desorption on solids. The instrument must have the following characteristics: (1) The instrument must meet or exceed all specifications according to Standard Methods 5310B, EPA methods 415.1, and SW-846 Method 9060A in measuring TOC at a concentration range 4 mg/l to 25000 mg/l in liquid samples and at a concentration range 4 mg/kg to 25000 mg/kg in solid samples; (2) The instrument must have the capability to measure TN in the range of 0-4000 mg/l in samples; (3) The instrument must be configured to improve the linear dynamic range by at least 5 orders compare of magnitude compare to conventional detector. In addition, the detector must be thermally stabilized to ensure against thermal drift; (4)The instrument must be equipped with an autosampler; (5) The instrument must be equipped with wide diameter tubing within the TOC and 0.8mm I.D. autosampler needle to allow for running samples with particulates; (6) The instrument must have a continuous calibration curve range. In addition, the instrument must allow the user to set up curves across a narrower range that optimizes quantification at lower concentrations; (7) The instrument must be capable of automatically diluting a stock standard to create multi-point calibration curves; (8) Instrument must have an electronic dehumidifier that does not require maintenance and eliminates the possibility for clogging; (9) The instrument must be equipped with automatic sleep mode to shut the instrument down between sampling and will automatically re-start instrument; (10) The vendor must include one set of consumable combustion tube and TC catalyst set in the price; (11) Software controlling the instrument must have spike and control sample templates that allow the user to specify pass/fail criteria and actions. In addition, the software must provide control tracking to allow the user to track standards, controls or samples over a long period of time to determine trends or monitor instrument drift; (12) The instrument must be equipped with a PC eqippped with a Pentium 4 processor of at least 40 GB Hard Drive and a CD-RW. The software must be Windows compatible with sequence actions available for method development; (13) The instrument must have at least one-year parts and labor warranty; (14) Training must include on-site certified training on the use of the instrument. COMPLIANCE WITH SECTION 508 UNDER THE 1998 AMENDMENTS TO THE REHABILITATION ACT. The contractor shall offer only Electronic Information Technology which complies with EPA Information Resources Management Policy Manual, particularly to include the accessibility policy implementing Section 508 under the Rehabilitation Act Amendments of 1998. See: Chapter 15, Electronic Office Equipment Access for the Disabled at the following URL: http://www.epa.gov/irmpoli8/polman/chaptr15.htm Any contractor's response under this solicitation or RFQ indicates by his proposal or quote that the offered product meets the accessibility requirements of individuals with disabilities, as applicable. See: http://www.section508.gov ; particularly, Subpart B, Technical Standards, ? 1194.21- ? 1194.26, Subpart C, Functional Performance Criteria, ? 1194.31, and Subpart D, ? 1194.41, Information, Documentation, and Support. This is a full and open competition under FAR Part 12, Commercial items. The following provisions apply: 52.212-1, Instructions to Offerors-Commercial; 52.212-4, Contract Terms and Condtions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items. Quoter shall include a completed copy of 52.212-3, Offeror Representations and Certifications-Commerical Items. The full text of the clauses referenced above can be found at: www.arnet.gov/far. The NAICS is 334516. All interested parties may submit a quotation using the following methods: (1) In writing to the above address, (2) by fax (513/487-2109) or by E-mail* (thompson.angie@epa.gov) to Angela Thompson, referencing Solicitation #RFQ-OH-03-00058.*If you are submitting your quote by E-mail using an attachment, it must be in WORDPERFECT 9.0 OR A LESSER VERSION OF WORDPERFECT. Quotations must be received no later than 4/29/03 by 4:30 p.m. local time to be considered for award.
 
Record
SN00306428-W 20030419/030417213935 (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.