Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2008 FBO #2420
SOLICITATION NOTICE

66 -- AUTOMATED SOLID PHASE EXTRACTION (spe SAMPLE PROCESSOR SYSTEM

Notice Date
7/10/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, RTP Procurement Operations Division, E105-02, 4930 Old Page Road, Research Triangle Park, North Carolina, 27703
 
ZIP Code
27703
 
Solicitation Number
RFQ-RT-08-000168
 
Response Due
7/21/2008
 
Archive Date
8/5/2008
 
Point of Contact
Pamela E. Smith,, Phone: 919.541.0635
 
E-Mail Address
smith.pamela@epa.gov
 
Small Business Set-Aside
N/A
 
Description
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. The solicitation number is RFQ-RT-08- 000168 and the solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-26. The Environmental Protection agency (EPA) anticipates that a purchase order will be awarded as a, firm-fixed price purchase order using far FAR Part 13 Simplified Acquisition Procedures. The associated North Industry Classification System (NAICS) is 334516 and the size Standard is 500 employees, full and open competition procedures will be utilized. This procurement is for the acquisition of a bench top automated Solid Phase Extraction (SFE) instrument. It will be used by multiple user who will be processing a variety of sample type including water, sediment, tissue, wrine, blood extracts, aquatic organism food and manure. Required Specifications: 1)The system must use positive displacement, providing a seal to the extraction column during the SPE process. Vacuum driven systems are not accepable; 2) The system should be sufficiently automated so that when sample withdrawal tubes are placed in the sample reservoirs, no additional handling of individual tubes or racks are required to completed the process through collection of the elutriate. automated evaporation is desirable but not a requirement; 3) The system must be able to accommodate initial water samples from 0.010 to 1 L.; 4) The system when received, must include racks and accessories (seals or caps) to use 1, 3 and 6 mL extraction columns; 5) The system must have automated access to six or more solvent reservoirs and provide automated switching and on line mixing of solvents for processing samples; 6) The system, at minimum performance level, must be able to process six or more samples in succession from a single sequence of samples. Simultaneous processing samples is not required; 7) The system must accommodate collection tubes 12-13 mm in diameter that are 75-100mm in length; 8) The system must be provided with: all solvent nottles, any racks and tubing necessary for complete plumbing from water sample bottles to SPE device, solvent line frits or weights; 9) The system controller (or PC) is to be provided and is to include current software, software license and all cables and hardward (router or special boards) for proper operation of the SPE components: 10) The system controller must be programmable for volume and duration of delivery (rate) as well as solvent switching/mixing to gacilitate methods development; 11) The system must include all necessary connectors, tubing and gauges for auxiliary gas necessary; 12) The system must be capable of operation on 110 volts; 13) Delivered FOB Destination Duluth, MN 55804. The Government intends to award a single purchase order to the responsible vendor whose quotation meet all the required specifications and represents the overall best value to the Government. Quotations must include sufficient material (such as narrative technical specifications, drawings, photos, brochures, demo disks, videos, etc.) to permit the government to determine that the proposed instrument will meet the required specifications. The Government reserves the right to require additional pricing information if necessary to determine that the proposed price is reasonable. The following FAR provisions shall apply to this solicitation: 52-212-1, Instructions to Offerors--Commercial Items. The following FAR clause applies to this acquisition: 52.212-4, Contract Terms and -Conditions--Commercial Items. The following additional FAR clauses which are cited in Clause 52.212-5 are applicable to the acquisition: 52.222-3, Convict Labor; 52.222-21, 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; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-1, Buy American Act--Balance of Payments Program-Supplies; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. All offers are due by July 21, 2008, 4:30 p.m.ET, by faxed to: (919) 541-1075 or e-mailed to smith.pamela@epa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cd8a6a5888c75bbfb09e6f5792e83825&tab=core&_cview=1)
 
Place of Performance
Address: U.S. Environmental Protection Agency, National Health and Environmental Effects, Research Labpratory, Mid-Continent Ecology, 6201 Congdon Boulevard, Duluth, Minnesota, 55804-2595, United States
Zip Code: 55804-2595
 
Record
SN01611483-W 20080712/080710222429-cd8a6a5888c75bbfb09e6f5792e83825 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.