Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2009 FBO #2719
SOLICITATION NOTICE

66 -- Field Portable X-Ray Fluorescence (XRF) Analyzer

Notice Date
5/5/2009
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region I, One Congress Street, (MCP), Suite 1100, Boston, Massachusetts, 02114
 
ZIP Code
02114
 
Solicitation Number
EIA_9019
 
Archive Date
5/27/2009
 
Point of Contact
Robert Stachowski,, Phone: (617) 918-1913, Patrice Denault ,, Phone: (617) 918-1714
 
E-Mail Address
stachowski.robert@epa.gov, denault.patrice@epa.gov
 
Small Business Set-Aside
N/A
 
Description
The United States Environmental Protection Agency (EPA) Region 1 requires a self-contained, field transportable/bench top Field Portable X-Ray Fluorescence (XRF) Analyzer suitable for the analysis of metals in soils, mining wastes and waste oils, lead paint and thin film (dust wipe) samples. This is a Sources Sought Notice only; it is not a Solicitation Announcement. The purpose of this Sources Sought Notice is to gain knowledge of potential qualified sources and their size classification relative to NAICS Code 334516, (Size Standard of 500 employees). If at least two small qualified businesses are identified during this market research, then any competitive procurement that results would be conducted as a Small Business Set-Aside. Functional Requirements: XRF with the ability to perform EPA Method 6200 for soil, liquids, and powders applications with uniform samples. Factory defined and calibrated with up to 3 beam settings for sequential analysis of elements with atomic number Z=15 (Phosphorus) to Z=92 (Uranium). Ability to analyze for the following metals: • 8 RCRA metals: Cr, Pb, As, Hg, Se, Ag, Cd. Ba • EPA Priority Pollutant Metals; Tl, Cu, Zn, Ni, Sb • Other elements: V, Mn, Fe, Co, Sn, Rb, Zr, Sr, Mo Ability to achieve the following approximate levels of detection in soil matrix (in ppm.) Pb 5 Cd 5 As 5 Cr 25 Hg 5 Ag 10 Ba 40 Se 5 Sb 10 Cu 20 Zn 10 Ni 20 Physical Requirements: Integrated data collection system. 50 kV, 10 W X-ray tube system. High resolution Detector. NIST Standards for calbration checks. Must be able to operate using both 120VAC outlet power and battery operation. Applicable Standards: Instrument must conform to all applicable radiation health and safety standards. Training Requirements: Vendor shall provide Radiation Safety Training and start-up assistance, as well as training in user adjustable calibrations. Service and Support Requirements: Instruments should include one year warranty, with possible option to extend the warranty using a Service & Maintenance Agreement for up to four (4) additional years. Warranty Agreement shall included telephone technical support needed for the hardware, software and application. Service should include all emergency telephone calls and all parts that are required to repair defects in materials. Delivery Acceptance Schedule and Constraints: Delivered Instrument must demonstrate acceptable performance on known Standard Reference Materials prior to final acceptance. Estimate time frame for final acceptance and testing is 90 days after receipt of equipment. The Solicitation which will be issued on the responses received from the Sources Sought Notification will require the following Federal Acquisition Regulation (FAR) Clauses as applicable in FAC-2005-32. The solicitation issue date is anticipated to be approximately May 14, 2009. 52.212-1: Instruction to Offerors 52.212-3: Offer Representations & Certifications - Commercial Items 52.212-4: Contract Terms & Conditions - Commercial Items 52.212-5: Contract Terms & Conditions required to implement Status or Executive Orders - Commercial Items. The following FAR Clauses will be incorporated as part of FAR Clause 52.212-5 52.219- 28: Post-Award Small Business Program Representation 52.222-3: Convict Labor 52.222-19: Child Labor 52.222-21: Prohibition of Segregated Facilities 52.222-26: Equal Opportunity 52.222-36: Affirmative Action for Workers with Disabilities 52.222-50: Combating Trafficking in Persons 52.225-13: Restriction on Certain Foreign Purchases 52.232-33: Payment by Electronic Funds Transfer - Central Contractor Registration Interested parties should submit a capability statement and product information that clearly demonstrates their capabilities to provide the equipment described above. Standard company brochures will not be considered sufficient response to this Sources Sought Synopsis. The applicable NAICS Code is 334516. In the capabilities statements, contractors must provide their size status for the above referenced NAICS code, (i.e. large, small and whether or not they are a certified HubZone, 8(a), Woman-Owned, Small Disadvantaged and/or Service Disabled Veteran-Owned business. Responses for the above shall be submitted to the Primary Point of Contact by 4:30 p.m. EDT on or before Tuesday May 12, 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cd9d9dae5a82902cb904f5ca1ddc0956&tab=core&_cview=1)
 
Place of Performance
Address: U. S. Environmental Protection Agency (EPA) Region 1 Lab, 11 Technology Drive, N. Chelmsford, Massachusetts, 01863, United States
Zip Code: 01863
 
Record
SN01809283-W 20090507/090505221214-cd9d9dae5a82902cb904f5ca1ddc0956 (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.