Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2009 FBO #2698
SOLICITATION NOTICE

66 -- 66--INSTRUMENTS & LABORATORY EQUIPMENT

Notice Date
4/14/2009
 
Notice Type
Presolicitation
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region V, Acquisition and Assistance Section (MMC-10J), Environmental Protection Agency, Purchasing Section, 77 West Jackson Blvd, Chicago, IL 60604
 
ZIP Code
60604
 
Solicitation Number
RFQ-IL-09-00012
 
Response Due
5/15/2009
 
Archive Date
6/15/2009
 
Point of Contact
Point of Contact, Donna Stingley, Purchasing Agent, Phone (312) 353-1677<br />
 
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 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are beingrequested and an additional written solicitation will not be issued. The Request for Quote number is RFQ-IL-09-000012 for this requirement. This RFQ incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-30. The applicable NAICS code is 334516. It is the Government's intent to award a Purchase Order for the requirement below: The U.S. Environmental Protection Agency, Region 5, Central Regional Laboratory requires an Aquakem 250 Photometric Analyzer, Starter Kit, and Aquakem 250 Cadmium Module or equal with the following specifications: Instrument requirements1.Provide a single channel, dual beam interference filter photometer. The unit shall have a minimum of 15-position computer controlled filter wheel with 13 minimum positions available for a variety of filters.2.The unit shall accommodate at a minimum standard filters 340, 380, 405, 450, 480, 510, 540, 575, 600, 620, 660, 700, and 880 nm with additional optional filters for 365, 420, and 520 nm.3.The unit shall at a minimum provide automatic changing of filters between analytical testing.4.The system shall have a halogen lamp with linear absorbance range of 0 - 2.5 absorbance (A) units and be capable of attaining a minimum resolution of 0.001 A and reproducibility of SD ? 0.005 A at 2.0 A. It shall perform kinetic and end-point measurements with kinetic measurements from 15 seconds to 20 minutes.5.The system shall have the ability to self monitor for errors and display the status of the instrument at all times.6.The system shall utilize disposable multi-cell cuvettes with a minimum of 12 reaction positions and measurement cells in a row. The unit shall have continuous access to cuvettes without interrupting the test processing.7.All chemistries shall be carried out and measured in individual disposable cells without rinsing and reusing measurement cells. Individual reaction cells shall use no more than 250 ?L of reagent and sample combined.8.The instrument shall have a large enough cuvette magazine with cuvette capacity to accommodate a minimum of 1200 tests, and have the ability to load cuvettes at any time without interrupting the test operation. 9.A thermally cooled reagent compartment shall be provided with the instrument with the capacity to hold a minimum of 35 reagents, and allow continuous access to the reagents without interrupting analysis. 10.The system shall be capable of adding reagents required for complete analysis using approved EPA and standard test methods including those for nutrients, total phosphorus, total Kjeldahl nitrogen, minerals, cyanide, and total phenolics in water, wastewater, and soil extracts.11.The system shall be able to dispense a minimum of 4 reagents for any given test method. Desired volumes should minimize quantity prepared or dispensed. Typical desired reagent vial volumes are 10 mL, 20 mL, and 60mL.12.The instrument system shall provide real-time monitoring of reagent expiration dates and levels. The software shall be able to alarm users when reagents volumes become low or are expired and volumes are low.13.The instrument system shall have the means to identifying reagents preferably using an external barcode reader.14.The system shall provide for continuous loading of samples for multiple analyses with the option to accommodate samples on a priority basis when required.15.The system shall be able to distinguish between sample cups and sample tubes using an integrated bar code system.16.The system shall provide flexibility to use 0.5 mL to 4.0 mL sample cups and 5 mL to 10 mL test tubes to introduce samples. 17.Minimum sample volumes used shall range from 1.0 - 120 ?L. 18.The system shall provide an externally and internally rinsed single syringe-based dispensing needle that handles addition of reagents and samples. The system shall also provide a separate mixing paddle that performs mixing within the individual reaction cells.19.The dispensing probe shall be equipped with "level sensing" to allow the needle to stop when liquid reagent or samples are reached.20.The instrument shall dispense reagents and samples with minimum reproducibility (RSD) less than 2% for volumes of 2.0 - 20.0 ?L and have sample carry over of less than 1%.21.The instrument shall perform automated sample dilution prior and post analysis. Manual dilution shall also be handled through the instrument software.22.The instrument shall perform post-analysis dilution of over-range samples of up to 1:120 fold.23.The instrument shall be able to run separate calibration standards and also prepare a calibration curve by diluting from a stock calibration standard.24.The system shall have a reaction incubator that will provide demonstrated heating for chemistries that require increased temperatures to reach reaction end points. The incubator shall be capable of heating multiple reaction cells simultaneously.25.The system shall be capable of real time QC charting with multiple and variable statistical rules with programming control over QC intervals.26.The system shall be operated through a computer data station. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13 and 52.232-33. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 45 days or less after receipt of order (ARO). Offers shall be quoted "f.o.b. Destination". CCR Requirement - Companies must be registered in federal government's national vendor database, the Central Contractor Registration (CCR), before an award can be made to them. If companies are not registered in the CCR, they must do so by going to the CCR web site at http://www.ccr.gov. The associated North American Industry Classification System (NAICS) code is 334516 and the business size standard is 500 employees. Full and open competition procedures will be utilized. A firm, fixed price purchase order using Simplified Acquisition Procedures is anticipated to result from the award of this solicitation. Offers must include sufficient material to permit the Government to determine that the proposed product(s) will meet the EPA's critical specifications. Any specific variances from the EPA's specifications shall be addressed by the Offeror with respect to how the Offeror's proposal provides alternative equivalence. The Government reserves the right to require additional pricing information, if necessary, to determine that the proposed price is fair and reasonable. Point of Contact: All questions regarding this solicitation shall be submitted in writing to Ms. Donna Stingley at stingley.donna@epa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=75f5510dfe38d9f09d7213b00aa47545&tab=core&_cview=1)
 
Record
SN01792413-W 20090416/090414221321-75f5510dfe38d9f09d7213b00aa47545 (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.