Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2005 FBO #1279
SOLICITATION NOTICE

66 -- ICP Mass Spec with Microbore HPLC

Notice Date
5/26/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Contracts Management Division 26 W. Martin Luther King Drive Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
PR-CI-05-10892
 
Response Due
6/9/2005
 
Archive Date
7/9/2005
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being provided to publish a requirement for the Mid-Continent Ecology Division (MED) of the Environmental Protection Agency?s (EPA) National Health and Environmental Effects Research Laboratory (NHEERL) in Duluth, Minnesota which has a requirement for a microbore High Performance Liquid Chromatograph - Inductively Coupled Plasma - Mass Spectrometry (LC-ICP-MS) system. The LC-ICP-MS instrument system must be capable of performing organo-metallic speciation utilizing a microbore capable LC system. The LC sub-system is to consist of gradient capable mixing pumps, a Peltier cooled autosampler, solvent degasser, a diode array detector, a fluoresence detector, and if necessary for overall performance an isocratic pump for post column addition of an aqueous internal standard solution prior to delivery to the spray chamber. A built in peristaltic pump on the ICP-MS may replace the isocratic pump component. The LC-ICP-MS system must function from a single computer workstation. In addition, the ICP-MS system is to include a conventional automated sampling system for aspirating water, digested tissue and soil samples. The ICP-MS must be capable of performing analysis for organo-iodine speciation, organo-arsenic and organo-selenium speciation as well as the standard suite of elements required in EPA Method 200.8 for drinking water and in EPA SW846 Method 6020 for soil and wastewater analysis. The LC, ICP-MS and the combined LC-ICP-MS instrument performance specifications must be guaranteed and demonstrated by on-site performance . The Vendor will provide the device under a turn-key installation to be accepted by the Government. This instrument will be delivered to and assembled at the U.S.EPA NHEERL/MED-Duluth laboratory where it will remain and be used for toxicological and ecological research. The instrument must be able to fit through the 40" wide doorway access for the clean room. The existing ICP-MS system must be disassembled and removed from our site. It is a Varian Ultramass 700 in good working order. We will retain the autosampler and autodilution module. The specific requirements and specifications for each of the follow major components of this acquisition will be made available along with the solicitation: I) LC-ICP-MS Requirements and Performance Specifications, II)Additional ICP-MS Requirements, III) ICP-MS Automated Sampler Requirements, IV) LC Requirements , V)Computer Requirements and VI)Miscellaneous Requirements. The North American Industry Classification Code is 334516 with a small business size standard of 500 employees. A written solicitation, PR-CI-05-10892, is anticipated to be issued on Wednesday 6/09/05. It is anticipated the solicitation will be issued as a request for proposals (RFP). All responsible businesses may submit a quotation in response to the solicitation which shall be considered by the Agency. This procurement will be pursued using FAR Part 12 Commercial Acquisition methods and procedures. This notice of intent is not a request for competitive quotations. Additional information regarding the specific requirements and specifications for the components involved in this acquisition will be made available along with the solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Products must meet all the minimum requirements of the Performance Work Statement (PWS) in order to be acceptable. In addition to price, the following factors will be used to evaluate the offeror?s technical proposal: responsiveness to the PWS, previous experience, schedule and delivery. Award will be made to the offer that represents the Best Value. Contract type will be firm fixed price however the vendor may propose provisional progress payments tied to completed performance events with their proposal.
 
Web Link
The Environmental Protection Agency
(http://www.epa.gov/oam/solicit)
 
Place of Performance
Address: US EPA MED 6201 Congdon Blvd Duluth, MN
Zip Code: 55804
Country: UNITED STATES
 
Record
SN00816544-W 20050528/050526212452 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.