Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2008 FBO #2459
SOLICITATION NOTICE

66 -- X-Ray Fluorescence (XRF) Spectrometer

Notice Date
8/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region V, Acquisition and Assistance Section (MMC-10J), 77 West Jackson Boulevard, Chicago, Illinois, 60604
 
ZIP Code
60604
 
Solicitation Number
PR-IL-08-00251
 
Archive Date
9/17/2008
 
Point of Contact
Donald Anderson,, Phone: (312) 886-7159
 
E-Mail Address
anderson.donald@epa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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. The solicitation, PR-IL-08-00251, is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. The acquisition will be processed as full and open competition using FAR Part 13. The associated NAICS code is 334516. The U.S. EPA, Region 5, Chicago Regional Laboratory (CRL), located at 536 S. Clark, Chicago Illinois has a requirement for one (1) each energy dispersive spectrometer for x-ray fluorescence analysis. Minimum Requirements: The advanced detector must: (1) Allow an energy dispersive XRF measurement to be made with a given calibration allowing up to 100% of any element resulting in no dead-time loss of statistical measurement capability due to saturation of the detector. (2) Have a resolution of at least 145 eV at the manganese Ka line. The contractor must: (1) Provide one-year warranty. (2) Supply written operation and technical manuals as well as software and drawings. (3) Conduct acceptance testing at their facility. (4) Delivery and acceptance shall be at the USEPA Region 5 CRL. Delivery is desired by 01/31/09. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is incorporated and the Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: The specific evaluation criteria to be included in paragraph (a) of that provision are: (1) Technical. Technical capability of the item offered to meet the Governments minimum requirements based on examination of product literature or technical approach narrative. Consideration will be given to quotes that exceed the stated minimum requirements. (2) Price. Technical is of greater importance when compared to Price. The quote must demonstrate an understanding of the requirement and the ability to meet the specifications. General statements that the offeror can or will comply with the requirements, that standard procedures will be used, that well-known techniques will be used, or paraphrases the RFQ specifications in whole or in part will not constitute compliance with this requirement concerning the content of the technical proposal. The offeror must complete and submit with its quote, FAR 52.212-3 Offers Representations and Certifications—Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition: (1) 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (JUL 1995); (2) 52.219-8, Utilization of Small Business Concerns (Oct 2000); (3) 52.219-14, Limitations on Subcontracting (DEC 1996); (4) 52.222-21 Prohibition of Segregated Facilities (Feb 1999); (5) 52.222-26 Equal Opportunity (APR 2002); (6) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); (7) 52.222-36 Affirmative Action for Workers and Disabilities (JUN 1998); (8) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); (9) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (SEP 2002) (10) 52.225-13 Restrictions on Certain Foreign Purchases (JUL 2000) (11) 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (MAY 1999). CCR Requirement: Potential offerors must be registered in the Central Contractor Registration (CCR). If an offeror is not registered in CCR, the offeror may do so by going to the CCR web site at: http://www.ccr.gov. Responses or inquiries to this posting must be sent via e-mai to: Robert A. Eichenfeld, Contract Specialist, Phone 312-886-2196, email eichenfeld.robert@epa.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1c377b940901cd4673655793a30d437a&tab=core&_cview=1)
 
Place of Performance
Address: 536 S. Clark St., Chicago, Illinois, 60605, United States
Zip Code: 60605
 
Record
SN01643602-W 20080820/080818221355-575476e455ecf020c1e5e022f2dbd618 (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.