Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2007 FBO #1962
SOLICITATION NOTICE

66 -- Autoanalyzer and an Ion Chromatograph Instrument

Notice Date
4/9/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Contracts Management Section., 2890 Woodbridge Avenue, Edison, NJ 08837
 
ZIP Code
08837
 
Solicitation Number
RFQ-NY-07-00012
 
Response Due
4/23/2007
 
Archive Date
5/23/2007
 
Description
NAICS Code: 334516 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR, 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. This solicitation is issued as Request for quotation No. RFQ-NY-07-00012. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-15. The size standard for NAICS code is 500 employees. Please include in the quote package a completed form SF 1449 which can be found at www.gsa.gov/forms/, required provisions, descriptive literature and a schedule of prices for the following items: 0001 Autoanalyzer and an Ion Chromatograph Instrument (1) each, 0002-Installation, 0003-three days on site training course to include system operation, maintenance and troubleshooting . The United States Environmental Protection Agency (EPA), Region 2 Laboratory has a requirement for an Autoanalyzer and Ion Chromatograph Instrument that meets the following technical specifications: Autoanalyzer- (1) Performs the following analyses using EPA approved methods (with the exception of Formaldehyde): Ammonia, Cyanide, Fluoride, Formaldehyde (by NIOSH Method 3500), Nitrate, Nitrite, Orthophosphate, Total Kjeldahl Nitrogen, Total Phosphorous, and Phenol. All methods must include linearity, precision, accuracy and method detection limit data. All appropriate environmental chemistries must be formally approved for USEPA compliance monitoring and must have written documentation to demonstrate approval. (2) Uses flexible tubing. e.g. inert PFTE tubing or equivalent; (3) Does not need compressed gas (inert or other wise) to operate; (4) Performs at least two chemistries either simultaneously or sequentially without additional operator input after instrument startup; (5) Automatically dilutes samples that are above the linear range of the instrument; (6) Able to input acceptance criteria for standard curve correlation coefficient, check standards and blanks; (7) can provide final data in real-time; the final concentration must be available once the sample is through the detector ; (8) Alerts user to data outside of specifications set by the operator; (9) Software is programmed once upon arrival for each analyte (subsequent analyses must only need sample ID input, sample dilutions without resetting the run criteria for each analyte); (10) Sets up analysis of continuing calibration standards during an analytical run without additional user input, (i.e., mid-range calibration standard can be automatically analyzed after every 10 analytical samples); (11) Computation system must include, in addition to the applicable software needed to operate the instrument, a desktop personal computer with a Windows XP Operating System, or better, and a 17" Flat Panel Monitor ; (12) Minimum one year warranty on parts and labor, including one on-site PM visit; (13) three-day, on site training course to include system operation, maintenance and troubleshooting . Ion Chromatograph- (1) Performs the following analyses using EPA approved methods (with the exception of Formaldehyde): Chloride, Fluoride, Orthophosphate, Nitrite, Nitrate, and Sulfate. All methods must include linearity, precision, accuracy and method detection limit data. All appropriate environmental chemistries must be formally approved for USEPA compliance monitoring and must have written documentation to demonstrate approval; (2) Automatically dilutes samples that are above the linear range of the instrument; (3) Able to input acceptance criteria for standard curve correlation coefficient, check standards and blanks; (4) can provide final data in real-time; the final concentration must be available once the sample is through the detector; (5) Alerts user to data outside of specifications set by the operator; (6) Software is programmed once upon arrival for each analyte (subsequent analyses must only need sample ID input, sample dilutions without resetting the run criteria for each analyte); (7) Sets up analysis of continuing calibration standards during an analytical run without additional user input, (i.e., mid-range calibration standard can be automatically analyzed after every 10 analytical samples) ; (8) Computation system must include, in addition to the applicable software needed to operate the instrument, a desktop personal computer with a Windows XP Operating System, or better, and a 17"flat Panel Monitor; (9) Minimum one year warranty on parts and labor, including one on-site PM visit. (10) Three-Day, on-site training course to include system operation, maintenance and troubleshooting. Delivery of the instrument shall be FOB Destination within 30 days after receipt of order. Delivery, inspection and acceptance will be at the U.S. EPA, 2890 Woodbridge Ave., Bldg. 209, Edison, NJ 08837. Offerors are allowed to propose more than one instrument(s) that will meet or exceed the technical specifications outlined above. Each system will be evaluated as a separate offer. The EPA intends to issue a purchase order to the responsible offeror, whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. Note: Vendors doing business with the Federal Government are required to be registered in the Central contractor Registration (CCR) database. Registration information can be found at www.ccr.gov. The following factors, in descending order will be used for evaluation purposes: (1) Level of automation of the proposed instrument that provides the most capacity and efficiency in the analytical process; (2) Flexibility of the unit design that leads to more efficient operation; (3) Price. Offerors must include sufficient material descriptive literature to permit the Government to determine that the proposed instrument will meet the technical specifications above. The Federal Acquisition Regulations (FAR) provision at 52.212-1, Instructions to Offerors-commercial Items applies to this acquisition. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, must be included with the offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following additional FAR clauses which are cited in Clause 52.212-5 are applicable to this acquisition: 52.222-221, 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; 51.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.225-1, Buy American Act-Supplies, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. FAR Commercial Buy Clauses can be found at www.epa.gov/oamrtpnc/spclaus/index.htm. All technical questions are to be forwarded via e mail address: lamela.yolanda@epa.gov. Please submit quotations to Yolanda Lamela, U.S. Environmental Protection Agency, 2890 Woodbridge Avenue, Edison, NJ 08837. Quotations are due by April 23, 2007 at 1:00 pm EDT. No telephonic or faxed requests will be honored.
 
Record
SN01269562-W 20070411/070409221915 (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.