Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2003 FBO #0577
SOLICITATION NOTICE

66 -- QUIKCHEM 8000 SERIES AUTO ANALYZER SYSTEM, HARDWARE, SOFTWARE AND ACCESSORIES

Notice Date
6/27/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
 
ZIP Code
19038
 
Solicitation Number
06-2415-03
 
Response Due
7/3/2003
 
Point of Contact
Gary Reed, Administrative Support Assistant, Phone 814-863-0928, Fax 814-863-0935, - Lisa Botella, Contract+Specialist, Phone 215-233-6551, Fax 215-233-6558,
 
E-Mail Address
gtr2@psu.edu, lbotella@naa.ars.usda.gov
 
Description
The USDA, Agricultural Research Service (ARS), intends to negotiate solely with Lachat Instruments, Milwaukee, WI, to furnish, deliver and install a new QuikChem 8000 Series Flow Injection Analysis (FIA+) System, Hardware, Software and Accessories to the USDA, ARS, NAA, Pasture Systems and Watershed Management Research Unit, University Park, PA, 16802. The USDA, ARS, PSWMRU will use this system for analyzing KCI extracts of soils for nitrate+nitrite, ammonia, orthophosphate, chloride, silicate, sulfate, total phosphorus and TKN. This system shall be compatible with the existing Lachat QuikChem 8000 Analysis System at the PSWMRU for exchange of the analytical manifold for determination of ammonia, nitrate+nitrite, orthophosphate, chloride, silicate, sulfate, total phosphorus and TKN. SALIENT CHARACTERISTICS: The system must us a true Flow Injection Analysis (FIA+) as opposed to bubble-segmented flow (sometimes called "continuous flow", "segmented flow", or "air segmented flow") for nitrate+nitrite, ammonia, orthophosphate, silicate, chloride, sulfate, total phosphorus, and TKN in soils. This feature is required for consistency with established research results and must remain consistent for ongoing research. The system includes one (1) each of the following components and accessories (unless otherwise noted): 1. The system will consist of one Flow Injection Auto Analyzer and all related hardware required for sampling, detection, analysis, and data storage associated with the analysis of ammonia, nitrate+nitrite, silicate, sulfate, TKN, chloride, orthophosphate and total phosphorus in soil extracts by flow injection analysis. 2. System unit with auto sampler having a minimum 60 sample capacity. 3. Reagent pump, 16 tubes. 4. Fiber optic cable (ch 3-4). 5. All required Analytical Channels (min 3). 6. Accessories Kit of parts for maintenance and repair. 7. Dell Dimensions 4100 or equal Data System with Printer and 17" monitor. 8. Windows Software and Data Interface. 9. Two heating Units. 10. Dual resolution dilutor. 11. QuikChem shelf. 12. Elevan Analytical Manifolds for determination of ammonia, chloride, nitrate+nitrite, orthophosphate, silicate, sulfate, total phosphorus, and nitrogen (TKN) at a minimum. 13. System must be UL approved and manufactured to ISO 9001 Standards. 14. Two sets each of all operating manuals for the equipment and software. 15. On-site installation. 16. Factory based training for 2 people on systems installation, operation, maintenance and troubleshooting to fully equip users to properly and effectively use and maintain the systems in peak operating condition. One training to be completed within the warranty period. The second training to be completed with 3 years. 17. A standard commercial warranty on the equipment and software. 18. QuikChem 8000 w/Omnion 3.0 serice IC+(IC1). 19. High pressure eluent pump. 20. IC analytical channel. 21. Conductivity detector. 22. Anion profiling module. 23. Cation profiling module. 24. Capability of adding ion chromatography analysis system at future date. 25. Compatible with existing Lachat Flow Injection Analysis Systems at the PSWMRU. SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE - All electronic and information technology (EIT) procured through this contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. (36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.access-board.gov/sec508/508standards.htm#PART1194. The following standards are applicable to this contract: 1194.21 through 1194.23, 1194.25 and 1194.26. The Contractor must note in the schedule whether each product or service is compliant or noncompliant with the accessibility standards at 36 CFR 1194. For each item that is identified as compliant the Contractor shall provide evidence or verification of compliance. The proposal must indicate where full details of compliance can be found (e.g. schedule attachment, vendor's website or other readily available location (specify). DESCRIPTIVE LITERATURE - The Contractor is REQUIRED to submit descriptive literature on the product being offered. Descriptive literature shall be submitted with the offer even if it has been submitted previously. This literature must address all aspects outlined in the specifications. If an area is not addressed in the literature, Contractors must submit a written substantive statement describing such area(s). The Contractor shall also provide a copy of any available Service Agreement and their associated pricing. DELIVERY SCHEDULE - Delivery shall be F.O.B. Destination within Consignee's Premises, within 4 weeks after receipt of the purchase order. Delivery shall be made within the hours of 8:00 a.m. to 4:00 p.m., Monday through Friday, excluding Federal holidays to: Charles Montgomery - Analytical Lab, USDA-ARS-NAA, Pasture Systems and Watershed Management Research Unit (PSWMRU), Tower Road, University Park, PA 16802. INTALLATION - The Contractor shall provide on-site installation which includes component setup and verification within five (5) weeks after receipt of the purchase order. TECHNICAL SUPPORT AND TRAIING - The Contractor shall provide appropriate (a minimum of 2.5 days) of training for two (2) people within one (1) week after installation of the equipment. The Contractor shall also provide technical support to fully equip the system to peak operation condition. Training on system, installation, operation, maintenance, and troubleshooting for 2.5 day course held in Loveland, CA at the convenience of the customer. Customer is responsible for air/ground transportation, accommodations and meals. One training must be completed within the warranty period. The second training must be completed within 3 years. DOCUMENTATION - The Contractor shall provide two (2) copies of each of the following manuals: Operations, repair, maintenance, lubrication, software, service instructions for all equipment and components upon delivery. All documentation shall identify the purchase order number on the shipping label. WARRANTY - A standard commercial warranty of one year (parts and labor) is required with this equipment. A standard commercial data system, printer, monitor and software warranty shall come from the manufacturer. A copy of such warranty shall be provided upon delivery. SERVICE CONTRACTS - The Contractor shall provide any information regarding available service contracts and associated pricing with the offer. Companies with the demonstrated capability and financial capacity to provide and service such equipment, and warranty must submit a written substantive statement outlining the Company's and systems' capabilities, available service agreements and consumables (including price lists). The Contractor is responsible for monitoring the FOB website at http://fedbizopps.gov for information relating to this requirement. Offerors will be responsible for downloading their own copy of these documents (if any). Contractors are required to acknowledge receipt of all Amendments (if any). If no affirmative responses are received with 5 days of publication of this notice to determine whether a qualified source is more advantageous to the Government, an order will be placed with Lachat Instruments under the authority of FAR 6.302. The NAICS Code is 334516 with a size standard of 500 employees. This is not a request for proposal. No solicitation is available. INFORMATION SENT BY E-MAIL OR FAX IS NOT ACCEPTABLE.
 
Place of Performance
Address: USDA-ARS-NAA-Pasture Systems and Watershed Management, Research Unit (PSWMRU), Bldg. 3702, Curtin Road, University Park, Pennsylvania
Zip Code: 16802
Country: United States
 
Record
SN00358770-W 20030629/030627213342 (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.