Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2004 FBO #0915
SOLICITATION NOTICE

66 -- Total Organic Carbon Combustiion Analyzer with Total Nitrogen Module and Autosampler

Notice Date
5/27/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Ord Service Center/Nerl, Rtp Procurement Operations Division, Research Triangle Park, NC 27711
 
ZIP Code
27711
 
Solicitation Number
RFQ-RT-04-00294
 
Response Due
6/4/2004
 
Archive Date
7/4/2004
 
Point of Contact
Point of Contact, Pamela Smith, Purchasing Agent, Phone (919) 541-0635
 
E-Mail Address
Email your questions to U.S. Environmental Protection Agency
(smith.pamela@epa.gov)
 
Description
NAICS Code: 334516 THIS 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. QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is RFQ-RT-04-00294 and the solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-18. The Environmental Protection Agency (EPA) Full and open competition procedures will be utilized. A firm, fixed price purchase order using Simplified Acquisition Procedures is anticipated to result from the award of this solicitation. The associated North Industry Classification System (NAICS) is 334516 and the size Standard is 500 employees. The U.S. Environmental Protection Agency's National Expose Research Laboratory in the Research, NC is requesting quotes for the acquisition of a Total Organic Carbon Combustion Analyzer with Total Nitrogen Module and Autosampler: Part A: Minimum Required Specifications: Total Organic Carbon Combustion Analyzer: (1) The analyzer shall meet Standard Methods 5310B and EPA 415.1. (2) Thee analyzer must be able to operate the Dohrmann 183-boat sampler for solid samples. ( See end result need for analyzer. Part B.(3) The analyzer must use combustion technology with a variable temperature furnace ranging up to 1000oC to oxidize organic and inorganic compounds. (4) The analyzer must incorporate a Non-Dispersive Infrared (NDIR) detector with at least a 250 mm cell for detection of the carbon dioxide resulting from oxidation of inorganic and organic carbon. Must be able to bracket a range of 3 orders of magnitude with no manual dilutions. Reproducibility should be </- 0 0.25% of full scale or 3.0% RSD and minimum detection limit of </- 5ppb. (5) The analyzer must be able to detect NPOC , IC, and TOC. (6) The analyzer must perform rinsing of injection line with DIW and sample prior to sample injection with injections lines to accommodate up to 0.8 mm particulates. 97) The analyzer sample stream must not be susceptible to leaks. TN Module: (1) Must be capable of analyzing from 100 ppb N to 1000 ppm N with precision of </- 3% or +/- 25 ppb N. (2) Must use combustion technology with a variable temperature furnace up to 1000 degree celcius. (3)Must be able to accommodate low-level carbon and high-level nitrogen containing samples. (4) Must incorporate a chemiluminescence detector. Autosampler: (1) The autosampler must have the ability to stir samples individually prior toinjection. (2) Autosampler must be of open design so that sample processing can be easily monitored and additional samples may be added after run is started. (3) Autosampler must accommodate up to 150 sample vessels and interchangeable sample racks. Racks and 500 ea. sample vessels with septum screw cap to be included. (4)Autosampler must have a built-in sample probe rinse station to clean probe and sample transfer line, inside and outside to reduce cross-contamination. (5)The units (autosampler and/or analyzer) must be able to pre-acidify then sparge the sample in the sealed sample vessel, with cap and septum, to remove inorganic carbon for NPOC or to have a separate sparging chamber to enable IC detection when needed. Data Station: Pentium 4 Processor, 2.80GHz CPU speed, 512 MB SDRAM. 70 GB Hard drive, DVD RW and 48X/32X/48X CDRW drive with easy CD creator and DVD decode, 1.44 MB 3.5 in. Floppy drive, Standard keyboard, optical mouse w/scroll , 19" LCD Flat panel monitor. Sound card, network adapter and second serial port. Laser printer. Windows XP Professional version operating system, Microsoft Office 2003 for the Professional. Software: (1)Software must operate in WindowsXP Professional version. (2)Software must have a password protected menus that allow selection of user, diagnostic screen, readying instrument to run samples and monitoring gas flow rate. Software will automatically turn on carrier gas and furnace at a specific day and time and turn off carrier gas and furnace after sample run is finished. (3)Software will have sample table that allows the selection methods, sample type and number of replicates and ability to enter sample identification. (4)Must allow user to monitor real time sample curves, results, statistical information, and identify which sample is being analyzed all from one screen. (5) Must allow for post-run data manipulation and allow user to transfer results, past and current into Microsoft Excel format files. Support: TOC analyzer, TN module and autosampler will be supported by a one-year parts and labor warranty starting after final acceptance following installation and specifications met. Installation and on-site start-up assistance provided by factory trained personnel. Consumables The system will include consumables to operate the the system for one year and supplies for the analysis of at least 500 samples. Part B: Statement of need: The combustion TOC/TN Analyzer will greatly reduce analysis time for TOC and Total Nitrogen analysis since they can be analyzed simultaneously with no sample prep. and elimination of hazardous waste generated by our current FIA methods for TN analysis. With ever increasing sample numbers this system will insure that time critical samples are analyzed prior to sample holding time deadlines. End result: We need this instrument for sumultaneous measurement of total organic carbon and total nitrogen with precision and ranges stated in part A. We need it to have the capability to analyze both liquid and solid samples. The specification represent the Government's minimum needs Proposals must include sufficient material (such as narrative technical specifications, drawings, photos, brochures, demo disks, videos, etc.) to permit the government to determine that the proposed instrument will meet the requirement se forth in the Statement of work. Any specific variances from specification shall be addressed by the offeror with respect to how the offeror's proposal provides alternative equivalence. Failure of an offeror to demonstrate that the proposed instrument will meet the Statement of Work requirements shall render the offeror ineligible for further consideration for award. Delivery: f.o.b destination to EPA, Duluth, Minnesota. The Government intends to award a single purchase order to responsible offeror whose quotation represents the best overall value to the Government . The proposed firm-fixed-price for the entire project shall be provided. The Government reserves the right to require additional pricing information if necessary to determine that the proposed price is reasonable. The following FAR provisions shall apply to this solicitation: 52-212-1, Instructions to Offerors--Commercial Items. All offerors are to include with their offer a completed copy of provision 52.212-3, Offeror Representations and Certifications--Commercial Items. The following FAR clause applies to this acquisition: 52.212-4, Contract Terms and Conditions--Commercial Items. The following additional FAR clauses which are cited in Clause 52.212-5 are applicable to the acquisition: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.2225-1, Buy American Act--Balance of Payments Program-Supplies; 52.232-34, Payment by Electronic Funds Transfer. It is requested that the completed Representations and Certifications be included with the price quote. Award will be made to the responsible offer whose quote represents the best over all value to the Government. All technical questions are to be forwarded via email to the Purchasing Agent at the following email address: smith.pamela@epa.gov. COMMERCIAL BUY CLAUSES AND FORMS which are provided for your convenience can be founded @ the following website, http://www.epa.gov/oam/rtp_cmd. . Please submit quotation to Pamela E. Smith, Purchasing Agent, U.S. Environmental Protection Agency, MC-105E-02, Research Triangle Park, NC. 27711. All offers are due by June 8, 2004, 4:30 p.m., Quotes may be fax to (919) 541-1075 or e-mailed to smith.pamela@epa.gov.
 
Record
SN00593964-W 20040529/040527212555 (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.