Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
SOLICITATION NOTICE

66 -- Static/Dynamic Headspace System

Notice Date
7/18/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Acquisition Section, 77 West Jackson Blvd, Chicago, IL 60604
 
ZIP Code
60604
 
Solicitation Number
RFQ-IL-07-00064
 
Response Due
7/31/2007
 
Archive Date
8/31/2007
 
Description
NAICS Code: 334516 NAICS Code: 334516, this is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation number RFQ-IL-07-00064 is applicable and is issued as a request for quotation. Request for Quotation number RFQ-IL-07-00064 shall be referenced on any quotation. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The United States Environmental Protection Agency's (EPA) Central Regional Laboratory requires a Static/Dynamic Headspace System, The description of the commercial items read as follows: A020111010, Markelov, HS9000, Static/Dynamic Headspace System. Quantity required 1 each. A0216IK001, Start-up/installation kit. Quantity required 1 each. A0218AGC01, I/O 5890/6890 GC interface cable. Quantity required 1 each. A0216AT001, Absorbent trapping option. Quantity required 1 each. A0216ST001, Pre-Trap option. Quantity required 1 each. A0216TM001, Time injection option. Quantity required 1 each. And Installation. The description of the commercial items read as follows: Utilizes a closed sample introduction system and can perform traditional fixed loop injections and time-based injections incorporated within a single system. The system contains I/O 5890/6890 GC interface cable, absorbent trapping option, pre-trap option, injection option and a start-up installation kit. Installation required. The selection resulting from this Request for quotation will be made on the basis of the lowest priced technically acceptable quote from responsible quoter who meets the minimum requirements. The Contracting Officer will evaluate quotes on the basis of information furnished by the quoter that demonstrates that they meet the minimum system requirements. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. This is necessary to meet the condition that the unit does not have to be resourced on an annual basis. The provision FAR 52.2 12-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.2 12-2, Evaluation-Commercial Items is applicable. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offerors Representations and Certification-Commercial Items, with their offer. This clause may be found on the internet at the following site: http://www.arnet.gov/far. Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Terms, and Far 52.2 12-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, apply to this acquisition. Under Far 52.2 15-5 paragraph (b) the following additional clauses apply to this acquisition: FAR 225-1, Buy American Act- Balance of Payments Program-Supplies; and FAR 52.232-34, Payment by Electronic Funds Transfer- Other than Central Contractor Registration.
 
Record
SN01345983-W 20070720/070718222626 (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.