Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
SOLICITATION NOTICE

66 -- Inductively Coupled Plasma Mass Spectrometer (ICP/MS)

Notice Date
6/27/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Specialized Service Center/Cin. Proc. Operations Div., 26 West Martin Luther King Drive, Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
RFQ-OH-07-00142
 
Response Due
7/11/2007
 
Archive Date
8/11/2007
 
Description
NAICS Code: 334516 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-07-00142. The RFQ and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 05-17. 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. PROCUREMENT ABSTRACT: The United States Environmental Protection Agency, Office of Research and Development, National Health and Environmental Effects Laboratory, Mid-Continent Ecology Division, Large Lakes and Rivers Forecasting Research Branch at Grosse Ile, Michigan requires a ICP/MS to conduct trace elemental analyses of environmental samples at the Large Lakes Research Station (LLRS), Grosse Ile, Michigan. Because regulatory action levels and recognized health-effect levels of toxic metals are continually decreasing, the principal requirement of the ICP/MS will be extremely low detection limits that are interference free from polyatomic interferences. Computer, operating system, and software to control the ICP/MS and analyze the data must be provided with the instrument. The Government's minimum functional requirements for the ICP/MS are as follows: 1. The ICP/MS, refrigerated circulator, and computer must fit within a seven foot long by three foot deep footprint with a height of no more than seven feet. 2. The ICP/MS must be contained within a single housing that has casters that permit instrument to be moved for service. 3. The ICP-MS must have integrated roughing pumps and peristaltic pump. 4. The instrument must come with all components needed for successful company?s technician to place instrument into fully operational mode; excluding electric power and exhaust requirements. 5. The instrument must be delivered to an interior location within the building it is to be installed. Trucks larger than 30 feet long can not negotiate turns to the loading dock. 6. The instrument system must be turn-key installed by vendor in designated room. 7. The instrument must be fully computer controlled with software running in a Windows XP operating system environment. 8. Components included must be a refrigerated chiller for cooling the instrument. Water chillers are not acceptable. 9. The instrument must have a lens system that can be easily changed by the purchaser. 10. The instrument must be a high-speed, high resolution quadrupole ICP/MS. 11. The instrument must have computer-controlled auto-optimization of the ion optics. 12. The instrument must be capable of resolving masses to 0.3 amu. 13. The instrument must be capable of measuring part per trillion levels while eliminating polyatomic interferences. Metals of particular interest include Fe56, As75, Ni60, and Se80 in solutions with 100 ppm or more of Ca in a nitric acid or hydrochloric acid matrix. Mass interferences from CaCl+, ArCl+, Ar2+, CaO+, and Ar+ must be removed. 14. When primary interferences are reduced, new interferences must not be created. 15. The ICP/MS must run on 208 volts with one or two outlets; each outlet on a separate 30 amp circuit. 16. The refrigerated chiller must run on 208 volts with a 15 amp circuit. 17. The instrument must use HF-resistant cross-flow nebulizer sample introduction. 18. The instrument must come with a currently manufactured inkjet printer. 19. The instrument?s torch system must be easily changed by purchaser. 20. The instrument must have a dynamic range of at least eight orders of magnitude. 21. Service technicians must be within 200 miles of Grosse Ile, Michigan to have the capability of an 8 hr response time when needed. 22. Instrument warranty must be a minimum of 12 months from the time of installation. 23. On-site introductory training for up to 4 staff must be provided at the time the instrument is installed. 24. Additional more intense training for two staff persons must be provided onsite or at an appropriate vendor site within the continental U.S. within twelve (12) months following the Government?s acceptance of the instrument. 25. Integrated instrument must be turn-key installed no later than 30 calendar days following the receipt of purchase order. All functional specifications must be documented and supported in the Vendor's response to the Technical Specifications. If the instrument performance is defined by published specification (e.g. a data sheet), reference to and attachment of that published material is sufficient to support a claim of "meets specification". If the instrument performance required to meet specifications is not supported by written documentation, then definitive proof of the ability of the instrument to meet the specification must be provided with the vendor response to the RFQ. Responses such as "meet specification" of "full compliance with specification" will be deemed not responsive unless they are supported by documentation of compliance. Lack of documentation will be evaluated as evidence of non-compliance. There are performance specifications, which must be met; performance expectations, compliance with which must be documented; hardware and design specifications, compliance with which must be documented; and requirements for full disclosure of capabilities to provide instrument support within the United States. The vendor is to document the installed base of the instrument and peripheral devices being bid. Information must be sufficient for the bidder to make contact with any and all users during our evaluation of the performance of the instrument in the field. The vendor is to document the service force supporting the instrument, including name, location, and experience with the instrumentation being bid. REQUIRED DELIVERY SCHEDULE: The complete system as ordered shall be delivered and installed no more than 30 calendar days after award. The system should be transported in packaging that eliminates the possibility of damage during shipment and be received in crating units such that movement to required location will not be hindered.
 
Record
SN01329500-W 20070629/070628031926 (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.