Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2003 FBO #0555
SOLICITATION NOTICE

66 -- Flow Injection Analyzer with Autosampler and Reagent Pump

Notice Date
6/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, IL, 61604
 
ZIP Code
61604
 
Solicitation Number
5114-3-0014
 
Response Due
6/24/2003
 
Archive Date
7/9/2003
 
Point of Contact
Norma Cremeens, Procurement Assistance Officer, Phone 309-681-6618, Fax 309-681-6683, - Georgetta Stonewall, Contract Specialist, Phone (309) 681-6624, Fax (309) 681-6683,
 
E-Mail Address
cremeenn@mwa.ars.usda.gov, gstonewall@mwa.ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotations are being requested and a written solicitation will not be issued. Solicitation No. 5114-3-0014 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-13. The solicitation is 100% set-aside for small businesses. NACIS Code 334516, small business standard is 500 employees. The USDA, Agricultural Research Service (ARS), U.S. Dairy Forage Research Center, Madison, Wisconsin, has a requirement/need for a Flow Injection Analyzer with autosampler and reagent pump, ?Brand Name or Equal? to the Lachat Instruments Quik Chem 8000 Series FIA+ and the accessories. SALIENT CHARACTERISTICS: INSTRUMENT - (1) Must be able to run in manual-mode without the autosampler; (2) Must be able to upgrade field to eight analytical channels. To eliminate leak damage, the analytical channels can not be stacked on any other instrument components; (3) The flow injection system must use an XYZ sampler with random access sampling and capacity of 360 - 13 x 100 mm samples plus 16 - 125 ml standards; (4) Must be able to rerun calibration standards based on any Quality Control [Check Standard, Duplicate, Spike, Lab Control Sample, etc.] samples performance; (5) The XYZ sampler must have a built-in and removable drip tray for the sample racks; (6) The XYZ autosampler must be able to accommodate five different sample tube diameters [13, 15, 20, 25 and 30mm o.d.]; (7) Must have intelligent automatic dilution which uses an algorithm to automatically select an optimal dilution factor, perform the dilution and re-run the sample. The autosampler/dilutor combination must not use more than one serial port on the data system; (8) Must have a minimum of three user-selectable automatic dilution settings. Software will automatically select the optimal dilution setting based on an estimate of the over-range samples concentration and the four settings will be selected from a dilution range of 1:2 to 1:1000; (9) The dilutor must have a pre-dilution range of 1:1.6 to 1:1,000 per sample and automatically dilute any off-scale samples that were pre-diluted by the system; (10) Ability to prepare working standards from a stock solution using the automatic dilutor; (11) Must allow for the simultaneous use up to four autosamplers and four autodilutors; (12) A peristaltic pump must be supplied with a minimum of 12 pump positions. Each chemistry manifold must not use more than five pump tube positions (excluding in-line chemistries); (13) The photometric detectors must operate from 340nm to 880nm; (14) Optics bench must have the option to add a UV-254 detector; (15) System must use solid state photometers for detection with automatic gain and baseline settings and the A/D electronics must have 20-bit or greater resolution; (16) Must accommodate ion selective electrodes and conductimetric detection; (17) Must use a Pentium II 400Mhz or greater microprocessor with 256MB RAM, CD-ROM Drive, minimum hard disk space of 10GB, one PCI bus, one RS-232C Serial Port, mouse, high resolution VGA or SVGA monitor, and use Microsoft Windows 98 or NT operating system, and compatible printer. CHEMISTRY - (1) Manifolds must not require compressed gas connections; (2) Dynamic range for the chemistries may be expandable to three orders of magnitude; (3) All chemistry manifold fluidics must be made of an inert fluorocarbon polymer (i.e., PTFE tubing); (4) All fluidic components must be user-accessible from the top of the instrument and individual components in the fluidic path must be easily replaceable [chemistry blocks with internal fluidic paths are not acceptable]; (5) All methods must include linearity, precision, accuracy and method detection limit data. Appropriate environmental chemistries must be formally approved for USEPA compliance monitoring and must have written documentation to demonstrate approval; (6) Instrument must be able to perform in-line UV-persulfate digestion for total nitrogen and total phosphorous determinations; (7) Must be able to perform in-line digestion and liquid/vapor separation for strong and weak acid cyanide determinations; (8) Must be able to perform in-line phenol matrix clean-up by use of a phenol-specific cartridge; (9) Capability to measure anionic surfactant (MBAS) using an in-line, dual chloroform extraction procedure. OPERATIONAL - (1) All chemistries on the automated ion analyzer system must operate on the principle of Flow Injection Analysis (FIA). FIA must be used for sample introduction and chemistry determination; (2) The flow injection system must provide 5 minute start up, 10 minute changeover, and 5 minute shutdown; (3) Samples shall be processed at rates up to 120 sample per hour with baseline resolution to within one percent (1%) of full scale over a dynamic range of two orders of magnitude; (4) The FIA software must run under WindowsTM NT 4.0, NT 5.0 (Windows 2000), or Windows 95/98 and must perform simultaneous instrument control, data acquisition and report generation; (5) The system must include or be field upgradeable to include the technology of column - suppressed ion chromatography (IC). The IC unit shall operate simultaneously and independently of flow injection analysis and share peripheral components including sampler, dilutor, sampling pump, electronics unit and data station. The IC software shall run under WindowsTM 3.1 or 95/98 and must perform simultaneous instrument control, data acquisition and report generation; (6) The system must provide the corrected data in real-time. When sample is through the detector, final concentration must be available; (7) Automatic dilution with a dual resolution dilutor must be available as an option. (8) Warranty (including parts and labor); (9) Provide product literature for additional application accessories for future expansion of the system. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the Descriptive Literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quotation without further discussions. All responsible sources may submit an offer which will be considered. FAR 52.252-1 Solicitation Provisions Incorporated by Reference are as follows: FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Provide with Quote); FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Provide with Quote); FAR 52.214-21, Descriptive Literature; and FAR 52.222-22 (Provide with Quote), Previous Compliance Report. FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2002) are applicable to this acquisition: FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans; FAR 52-222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans; 52.225-3, Buy American Act - North American Free Trade Agreement - Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.225-15, Sanctioned European Union Country End Products; 52.232-34, Payment by Electronic Funds Transfer - Other Than Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332), FAR 52.233, Protest After Award. Additional Clauses that apply to this acquisition are: FAR 52.211-6 Brand Name or Equal and FAR 52.214.21 Descriptive Literature. The above FAR clauses may be viewed at http://www.ARNet.gov/far/. SHIPPING: FOB Destination. DOCUMENTS INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a quotation on company letterhead detailing the item description, unit price, and extended price; 2) descriptive literature, brochures; 3) at least 3 to 5 references for the proposed equipment. References must have received the proposed equipment within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the product quoted; and 4) Duns Number. DELIVERY TO: The contractor shall perform all delivery of equipment, set-up, required manuals and training/operations so that the analyzer is complete and ready to use. The Flow Injection Analyzer shall be delivered, F.O.B. Destination, to the USDA, ARS, U.S. Dairy Forage Research Center, 1925 Linden Drive West, Madison, Wisconsin, Attn: Dr. Mark Powell. QUOTATION PRICE MUST INCLUDE: Any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The government desires delivery within 90 days after receipt of purchase order, however, each offeror shall include in their proposal a delivery schedule as part of their quotation. Delivery shall be made within the hours 8:00 a.m. to 4:30 p.m., Monday through Friday, excl. Federal holidays 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. EVALUATION & AWARD FACTORS - FLOW INJECTION ANALYZER: The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. Each proposal shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each proposal based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A. Discuss in the quote requirements for making simultaneous measurements of ammonium and nitrate/nitrite in samples. B. Discuss the temperature ranges needed for each analyses. (2) Past Performance: Provide sufficient information to demonstrate the ability of the firm to provide quality performance. (3) Price: WARRANTY: The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government?s rights under the Inspection clause nor does it limit the Government?s right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. Offerors shall include a completed copy of the provisions FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, with this offer; a copy of this provision may be obtained at http://www.arnet.gov/far. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.eps.gov. Potential offerors will be responsible for downloading their own copy of these documents (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. Furnish quotations to: Norma R. Cremeens, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., June 24, 2003. Quotations may be provided by facsimile to (309) 681-6683, if desired. Additional information may be obtained by contacting the Contracting Officer at (309) 681-6618 or email below.
 
Place of Performance
Address: USDA-ARS-MWA, U. S. Dairy Forage Research Center, 1925 Linden Drive West, Madison, Wisconsin,
Country: USA
 
Record
SN00340606-W 20030607/030605213210 (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.