Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2008 FBO #2378
SOLICITATION NOTICE

66 -- Automated Gel Permeation Chromatography System

Notice Date
5/29/2008
 
Notice Type
Presolicitation
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region IV, Environmental Protection Agency, Reg. 4, Acquisition Management Section, 61 Forsyth Street, Atlanta, GA 30303
 
ZIP Code
30303
 
Solicitation Number
RFQ-GA-08-00018
 
Response Due
6/13/2008
 
Archive Date
7/13/2008
 
Point of Contact
Point of Contact, Sharyn Erickson, Purchasing Agent, Phone (404) 562-8021
 
Small Business Set-Aside
N/A
 
Description
NAICS Code: 334516 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation to be issued for proposals anda written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. Solicitation No. RFQ-GA-08-00018 is issued as a Commercial Solicitation using Simplified Acquisition Procedures found in FAR Part 13. The NAICS code is 334516. The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose offer best conforms to the specifications, meets the Government's delivery schedule and is the most cost effective in accordance with the Evaluation Criteria below. This solicitation document and incorporated provisions and clauses are those that are in effect through the latest Federal Acquisition Circular.The Contractor shall provide 1 EACH of an Automated Gel Permeation Chromatography (GPC) system in accordance with the Specifications below, including installation and training, to be delivered to the U. S. EPA/Environmental Chemistry Laboratory (ECL) within 60 days ARO.1. The contractor shall provide an automated GPC that that will automatically process extracts from multiple environmental samples (soil, plants, water, air, etc.) of various volumes in accordance with the following minimum specifications:The automated GPC shall be a closed system including sampling from capped sample vials through a closed column and collecting into capped collection tubes to prevent airborne contamination at any step. The system will be used for ultra-trace analysis and any opening to the air will contaminate samples. The contractor shall provide documentation to ensure sealed sample vials, collecting into sealed collection vials, and sealed solvent bottles.The automated GPC must have the capability to process a minimum of 60 samples automatically, without operator interaction.The GPC system must meet all U. S. EPA and AOAC requirements for GPC cleanup, and demonstrate that it meets U.S. EPA-CLP requirements.The system must include a computer with minimum requirements of 2.4 GHz, 8Mb cache, 320 GB hard drive, CD/DVD burner (DVD+/-RW), 2GB SDRAM, digital video output, 20" wide screen digital flat panel monitor, with a windows based software that allows for storage of sample information.The system must allow for multiple injection volumes including large volume injections (5 ml loop and ability to change loop size), and for direct injections. The automated GPC must allow for adjustable flow rates (0.01 to 10.00 ml/min); allow for the use of traditional glass GPC column (1 g lipid loading) as well as high pressure GPC cleanup columns (0.5 g lipid loading).The automated GPC must allow for rinse cycles between samples to clean the auto sampler, flow path, and dispensing needle (inside and out) to prevent contamination among samples. Samples will be analyzed for ultra-trace levels of dioxins, furans, and PCBs, and contamination among samples is not an option. The automated GPC must allow for multiple collection volumes (including 60 ml I-Chem vials) and include one sample tray and one collection tray.The automated GPC must allow for automated use of multiple solvents including all valves, plumbing, and bottles.The automated GPC must allow for post-run shutdown, and have the ability to optimize wash by running a different solvent from the column mobile phase.The system must contain a detector, a column, and all necessary plumbing and electrical connections.The system must be a new current production complete system, fully supported, and have the ability for future upgrades. The contractor shall provide a 2-year warranty to include service, parts, labor and travel to the U.S. EPA ECL.The contractor shall install the automated GPC at the U.S. EPA Environmental Chemistry Laboratory at Stennis Space Center, MS. The contractor shall provide 2-days on-site training after the installation of the automated GPC for two U. S. EPA/ECL staff. The contractor shall be required to furnish the following optional items?up to the maximum quantities specified for each?ONLY IF THE OPTIONS ARE EXERCISED and funded by the government at the time of award:2. Option Item #1 - Additional sample tray - 2 each3. Option Item #2 - Additional fraction collector tray - 2 each4. Option Item #3 - Additional traditional columns - 2 each5. Option Item #4 - Additional high pressure columns - 2 each6. Option Item #5 - High pressure pump (up to 5000 psi) including installation- 1 each7. Option Item #6 - Sample vials ? package lot ? 5 lots8. Option Item #7 - Collection vials ? package lot - 5 lotsEVALUATION CRITERIA:Evaluation of instruments meeting the minimum criteria will be by best value, considering price, flexibility (including the range of capabilities possible using both the contractor's basic GPC system and all of its add-on or alternate equipment/accessories which could be purchased separately), and past performance for related work.The contractor shall supply information concerning the price and capabilities of all possible add-on or alternate accessories which may be added to its GPC system. The contractor shall also supply the company/organization name, contact person, and phone number of at least three locations utilizing the contractor's GPC system for separating dioxins, furans, PCBs, and pesticides in ultra-trace work with extracts from environmental samples from various matrices, such as soil, water, organic samples, etc.Please include SHIPPING & HANDLING, if applicable.Unless otherwise specified in the purchase order/contract, 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. Award shall be based on best value considering the stated evaluation criteria. The provision at FAR 52.212-1 Instructions to Offerors, Commercial Items, applies to this acquisition. Offerors are reminded to include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications, Commercial Items with the offer, which can be accessed at http://www.arnet.far.gov. The successful offeror must be registered in the Central Contractor Registration (CCR) database to be considered for award. The CCR database may be accessed at www.ccr.gov. Clause 52.212-4 Contract Terms and Conditions--Commercial Items and Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items are hereby incorporated by reference. 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) 52.219-8 Utilization of Small Business Concerns; 2) 52.222-3 Convict Labor; 3) 52.222-21 Prohibition of Segregated Facilities; 4) 52.222-22 Previous Contracts and Compliance Reports; 5) 52.222-25 Affirmative Action Compliance; 6) 52.222-26 Equal Opportunity; 7) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 8) 52.222-36 Affirmative Action for Workers with Disabilities; 9) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 10) 52.225-15 Restrictions on Certain Foreign Purchases; 11) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 12) 52.252-2 Clauses Incorporated by Reference; 13) 52.217-4 Evaluation of Options Exercised at Time of Contract Award, 14) 52.217-7 Option for Increased Quantity?Separately Priced Line Item (will exercised at least 30 days prior to the scheduled delivery of Item 1 or at the time of award); and, 15) 52.252-6 Authorized Deviation in Clauses, which are available at http://www.arnet.far.gov. All offers are due 15 days after publication of this notice. Offers may be mailed to Sharyn Erickson, Contracting Officer, EPA Region 4, Acquisition Management Section, 61 Forsyth St., SW, Atlanta, GA 30303; e-mailed to erickson.sharyn@epa.gov; or faxed to 404/562-8370 or 404/562-8210. It is the offeror's responsibility to ensure receipt of faxes or e-mail quotes. Quotes shall include 1) a schedule (list) of offered items to include unit and total price, delivery time, & shipping charges if applicable, and 2) completed Representations and Certifications (FAR 52.212-3). NOTE: Offerors not submitting sufficient information may be eliminated from competition. Questions concerning this acquisition shall be submitted in writing and e-mailed to erickson.sharyn@epa.gov. All answers will be provided via an amendment to the solicitation. No paper copies of the Request for Quotes will be provided. Telephonic questions will not be answered and collect calls will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e9769bbe9dd0783e0e7d3f466fc13622&tab=core&_cview=1)
 
Record
SN01582639-W 20080531/080529221136-e9769bbe9dd0783e0e7d3f466fc13622 (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.