Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2006 FBO #1654
MODIFICATION

66 -- Laboratory Equipment

Notice Date
6/5/2006
 
Notice Type
Modification
 
Contracting Office
Environmental Protection Agency, Reg. 4, Office Of Acquisition Management, 61 Forsyth Street, Atlanta, GA 30303
 
ZIP Code
30303
 
Solicitation Number
RFQ-GA-06-00029
 
Response Due
5/26/2006
 
Archive Date
6/26/2006
 
Description
NAICS Code: 334516 NOTE: ****AMENDMENT 0002**** The purpose of this amendment is to clarify the basis of this award and to extend the due date for this solicitation. Change the basis for award to "Award shall be based on the lowest price quotation meeting the technical requirements of the government." The due date for the requested quotation is changed from May 26, 2006 to June 15, 2006. Quotations already received may be updated based on this amendment. ********************************************************************** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation to be issued for proposals and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. Solicitation GA-06-00015 is issued as a Commercial Solicitation using Simplified Acquisition Procedures found in FAR Part 13. The NAICS code is 423490. The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose offer best meets the Government's requirement, delivery schedule, and is the most cost effective. This solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular 2005-8. The contractor shall be required to provide one (1) Discrete Analyzer with the following specifications: Fully Compliant with U.S. EPA Methodologies for the analysis of Ortho Phosphorus, Total Phosphorus, Ammonia, TKN, Nitrite-N, Nitrite + Nitrate-N (Cadmium Reduction method) and Cyanide. This Instrument must be able to run all of the above mentioned analyses simultaneously. The reagent compartment must have the capacity to hold at least 30 reagents on board and have real-time monitoring of reagent expiration dates, and reagent levels. The software must be able to alarm the user when reagent volumes become low or expired. This Instrument must use disposable multi-cell or single cell cuvettes, in which all chemistries are carried out and measured. Individual reaction cells and methods must use no more than 300 mililiters of reagent and sample combined. The instrument is capable of sample pre and post-analysis dilutions at a minimum ratio 1:100, and be able to perform these automatically in order to bracket results between the high and low standards of the appropriate standard curve. The instrument must have a filter wheel with at least 10 positions available for a variety of filters for current and future needs. Software must allow continuous loading and unloading of samples while analysis is in progress. Software must allow calibration to be stored in the workstation so the lab needs only to verify the calibration before running samples. Must include computer workstation with CDRW for data transfer and a printer. Must include delivery charge. Must include set-up and installation. Must include on-site training for at least 2 analysts to become familiar sufficient to calibrate, analyze samples, and print results and also to perform minimal preventative maintenance in order to continue to generate passing quality control in accordance with our standards. Item must include a minimum one (1) year warranty. The item shall be delivered to Athens, GA NLT 30 days after contract award, FOB Destination. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control. It is also the contractor's responsibility to be familiar with applicable clauses and provisions. The provision at FAR 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. Award shall be based on Lowest Price, and Best Value to the Government. Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items with its offer which can be accessed at http://farsite.hill.af.mil or http://www.arnet.far.gov. The Contractor must be registered in the Central Contractor Registration (CCR) database to be considered for award. The CCR database can be accessed at http://www.ccr.gov. Clause 52.212-4, Contract Terms and Conditions Commercial Items, is hereby incorporated by reference. Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items: The Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being applicable to acquisitions of commercial items or components: 1) 52.222-21 Prohibition of Segregated Facilities 2) 52.222-22 Previous Contracts and Compliance Reports 3) 52.222-25 Affirmative Action Compliance 4) 52.222-26 Equal Opportunity 5) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans 6) 52.222-36 Affirmative Action for Workers with Disabilities 7) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 8) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 9) 52.252-2 Clauses Incorporated by Reference 10) 52.252-6 Authorized Deviation in Clauses. All offers are due by May 26th. Offerors can fax their offers to Lynette Rocke, Contract Specialist @ fax (404) 563-8370, or email rocke.lynette@epa.gov. It is the offeror's responsibility to ensure receipt of faxes or email quotes. Quotes shall include a schedule (list) of offered items to include unit and total price, and completed Representations and Certifications. NOTE: Offerors not submitting sufficient information may be eliminated from competition. Questions concerning this acquisition shall be submitted in writing and e-mailed to the email address provided above. No paper copies of the Request for Quote will be provided.. Telephonic questions will not be answered. Collect calls will not be accepted.
 
Record
SN01062828-W 20060607/060605221747 (fbodaily.com)
 
Source
FedBizOpps 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.