Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2006 FBO #1719
SOLICITATION NOTICE

66 -- Inductively Coupled Plasma / Atomic Emission Spectrophotometer (ICP-AES)

Notice Date
8/9/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Ord Service Center, 26 West Martin Luther King Drive, Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
RFQ-OH-06-00210
 
Response Due
8/24/2006
 
Archive Date
9/24/2006
 
Description
NAICS Code: 334516 Inductively Coupled Plasma / Atomic Emission Spectrophotometer (ICP-AES) This is a combined synopsis/request for quote (RFQ) for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The identifying RFQ number is RFQ-OH-06-00210. The RFQ and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 05-11. A firm fixed price purchase order is anticipated to result from the award of this RFQ. Shipping, installation and training charges need to be included in price. The NAICS code is 334516, and the SBA size standard is 500 employees. Background The U.S. EPA, National Risk Management Research Laboratory (NRMRL), Treatment Technology Evaluation Branch (TTEB), has a requirement for a new axial/radial "duo-view" ICP-AES instrument for the EPA's Drinking Water Research Laboratory. The requirements are for a simultaneous system capable of high speed analysis of both major and minor elements, within drinking water type matrices. The instrument as well as PC controller, autosampler and cooling devices (as necessary) shall be included. The following specifications must be met. Instrument 1) The ICP generator must be capable of providing 750 to 1400 watts or greater and be of a solid state design. 2) All plasma torch parameters including start up, operation, and shutdown must be automatically controlled by the computer software. 3) The RF generator must be sufficiently protected to allow complete and safe shutdown in the event of a power failure. 4) A view window must be provided to afford safe visual inspection of the plasma and cone configuration. 5) Plasma torch alignment and optimization must be under control of the instrumentation software. 6) The instrument must be equipped with a mass flow controller for plasma nebulizer, auxiliary and coolant argon gas lines. 7) The instrument must be fitted with a cyclonic spray chamber, coupled with a concentric nebulizer. 8) The optical path must be capable of being separately purged by Nitrogen gas to allow determinations in the low UV spectrum. System must also have automatic set back / low flow capability to reduce purge gas consumption during stand by operation. 9) Instrument should have a detector and optical bench capable of determining an analytical wavelength range of 166 - 800nm and cover the range of 166 - 243nm without interruption. In addition it should be possible to configure the instrument to cover the range of 190 - 800nm in a single measurement. If the system cannot meet one or more of these requirements, please include exact wavelength range specifications and setup configurations required to approximate these requirements. 10) The instrument must be capable of providing both axial, and radial views of the plasma or "duo- view". View selection must be controlled by the software and allow multiple view modes during the analysis. 11) The instrument package must also contain a water chiller for the plasma source, as required. 12) The instrument must have a 4 channel peristaltic pump configuration. Autosampler 1) The instrument must be equipped with an autosampler that is computer controlled. The autosampler must be capable of holding a minimum of 150 samples, QC and calibration standards. 2) The autosampler operation must be capable of the rapid flushing of samples to facilitate increased sample throughput. Computer 1) A computer, Windows OS, monitor (a minimum of 17") and a printer must be provided. 2) Instrumentation control software is also required. 3) Post analytical data reprocessing must be provided the instrumentation software. This must include editing samples, standards, calibration parameters, blanks and interference corrections. Additional items (all optional items shall be separately priced) 1) An option for training at the instrument manufacturers facility must also be provided. 2) The quote must include an option for a Hydrofluoric Acid resistant nebulizer and torch configuration. 3) Quotes must include an option for an Argon supply humidifier. 4) Quotes must include an option for a "consumables kit". A list of the contents must be provided. 5) Quotes must include a list of Method Detection Limits (MDL) The list must contain at a minimum, the following elements: Al, As, Ba, Ca, Cd, Cu, Fe, K, Mg, Mn, Na, P, Pb, S, Sb, Si and Zn. The list must include instrumental parameters used to determine these MDLs. Parameters must include # of replicates, elemental concentration and integration time. 6) Section 508 (29 U.S.C. ' 794d),1, of the American Disability Act, was enacted to eliminate barriers in information technology, to make available new opportunities for people with disabilities, and to encourage development of technologies that will help achieve these goals. The law applies to all Federal agencies when they develop, procure, maintain, or use electronic and information technology. Quotes must include any information regarding Section 508 compliance for the instrumentation software and/or operating system. Calibration and Testing The contractor must be responsible for the delivery, installation, testing and onsite training for two individuals and for (2) two days (one day for installation/testing, one day for training). Documentation and Drawings The contractor must supply one (1) set of manuals for each system including: layouts, engineering interface drawings, and dimensions. Warranty For the complete system, the contractor must provide its commercial warranty not be less than one (1) year warranty on all parts, labor, and travel from date of installation. Delivery Date The completed system, installation and training must be delivered/conducted no later than 90 days after receipt of award. Technical Evaluation Criteria ( ICP-AES) The Government will award a purchase order resulting from this RFQ to the responsible offeror whose quote conforming to the RFQ will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: technical approach/acceptability of equipment, past performance, and price. The following requirements will be evaluated on a Best Value basis. Offerors shall provide information to demonstrate/substantiate that its quote meets the minimum specifications set forth in the RFQ. Offerors shall: 1. Technical Approach/Acceptability Clearly demonstrate in your technical approach how the proposed equipment meets or exceeds the minimum specifications set forth in the RFQ. Product literature, brochures, etc. may be submitted in response to the minimum specifications, but offerors shall ensure that all technical specifications are clearly addressed. 2. Past Performance Provide demonstrated past performance during the last three years on contracts/purchase orders which are similar to the specifications included with this requirement. The Government will consider the following areas under past performance: (1) quality of products or service, (2) cost control, (3) timeliness of delivery, installation and training, (4) business relations. The offeror shall provide reference information for at least three projects completed or currently ongoing, which are similar to this requirement. The name, phone number, and e-mail address for the customer=s primary technical contact point (project officer) shall be provided 3. Price Provide a fixed price quote in accordance with the Specifications identified. After the responses have been evaluated against the factors above, an order is expected to be placed with the offeror that represents the Best Value to the government. Price may not be the determining factor. FOB point shall be destination. The following clauses apply to this request for quote: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items, and the specific evaluation criteria is as follows: (See Technical Evaluation Criteria above) Offers shall provide descriptive technical literature and other documentation as necessary, in sufficient detail to demonstrate that the items offered meet the minimum specifications specified above; FAR 52.212-3, Offeror Representations & Certifications-Commercial Items, shall be completed by offeror and submitted with quote, unless the offeror's registered with CCR; FAR 52.212-4, Contract terms & Conditions-Commercial Items; The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items will apply, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13. FAR 52-225-1, Buy American Act-Supplies; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; all clauses can be found at: http://farsite.hill.af.mil/VFFARA.HTM. In addition, the following US EPA EPAAR clause is applicable to this RFQ: EPAAR 1552.233-70, Notice of Filing Requirements for Agency Protests, and 1552.211-79, Compliance with EPA Policies for Information Resource Management. These EPAAR clauses are available at http://www.epa.gov/oam/ptod/epaar.pdf. The government anticipates award using simplified acquisition procedures of an order resulting from this solicitation to the responsive/responsible offeror whose quote conforming to the RFQ, will be most advantageous to the Government, price and other factors considered. Offers shall submit 1 copy of their quotation that references RFQ-OH-06-00210, no later than August 24, 2006 at 3:00 PM (EST) to Scott A. Fogle, at fogle.scott@epa.gov or via fax at 513 487-2107. Questions or comments may also be directed to Scott A. Fogle, at 513 487-2049, or at fogle.scott@epa.gov.
 
Record
SN01110791-W 20060811/060809221947 (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.