Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
SOLICITATION NOTICE

66 -- Laboratory Equipment-RFQ-NY-09-00019

Notice Date
8/25/2009
 
Notice Type
Presolicitation
 
Contracting Office
Environmental Protection Agency, Contracts Management Section., 2890 Woodbridge Avenue, Edison, NJ 08837
 
ZIP Code
08837
 
Solicitation Number
RFQ-NY-09-00019
 
Response Due
9/4/2009
 
Archive Date
10/4/2009
 
Point of Contact
Point of Contact, Yolanda Lamela, Purchasing Agent, Phone (732) 321-6737
 
E-Mail Address
U.S. Environmental Protection Agency
(lamela.yolanda@epamail.epa.gov)
 
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 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requestedand a written solicitation will not be issued. This solicitation is issued as Request for Quotation No. RFQ-NY-09-00019. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-36. The size standard for NAICS code is 500 employees. Note: Vendors doing business with the Federal Government are required to be registered in the Central Contractor Registration (CCR) database. Registration information can be found at: www.ccr.gov.The United States Environmental Protection Agency (EPA), Region 2 Mobile Analytical Laboratory has a requirement for: (Item 0001) Purge and Trap Sample Concentrator ( 1ea); and (Item 0002) Liquid Autosampler (1ea). Instruments must meet the technical specifications outlined below: Purge and Trap Sample Concentrator-a) Must include a foam sensor to detect foam traveling up the sparger and prevent foaming samples from contaminating internal sample pathways and avoid system downtime. The foam sensing must result, as well as, record the event in an electronic log. b) To prevent system flooding the sample concentrator must have an optional sensor that checks for, and detects, water present in the sparge vessel before the Autosampler sends the next sample to the sparge vessel. The sensor must automatically verify sparger status prior to each sample transfer. c) Must have electronic pressure monitoring with digitally-displayed system pressure at every cycle stage. The sample concentrator must generate an alarm and automatically prevent sample processing when the system's gas supply pressure is lost. Error conditions must generate visual and audible alarms at the instrument and at the PC to alert the operator of the problem. (d) Must incorporate a function that performs a fully automated system leak check. (e) Must have an automated system to protect from over pressurization, including an alarm indication. (f) Must heat the trap at a rate of at least 1,000 ?C /min from ambient temperature (25? C) to 200 ? C to minimize desorption bandwidth. The maximum trap set point temperature must be 450 ? C. (g) The sample concentrator must include a PC-based software package. (h) The sample concentrator must have a built-in water management system to remove and vent water purged onto the sample concentrator's trap before desorption to the analytical column. The water management system must employ a fan cooling technique, minimizing additional cycle time required for water management. (i) Sample concentrator must rapidly cool the trap at a rate of >240 ? C/min from 200 ? C to ambient temperature without cryogenics. For maximum sample throughput, the trap cool-down time from the end of standard bake temperature (250 ? C ) to purge ready must not exceed 1.0 minute without requiring cryogenics. (j) Must have an optional infrared sparage heater with a heating rate of > 30 ? C /min for 5-mL samples and > 17 ? C /min for 25-mL samples with +/- 1 ? C accuracy and stability. Must be able to heat a sample from ambient temperature to 200 ? C.(k) The internal sample lines and the external transfer line must be made of inert, 1/16" Silcosteel ? treated stainless steel tubing. (l) Must have a minimum warranty of one year to include parts and labor, as well as, an on-site response time of 48 hours from the initial service call. Liquid Autosampler(a) Must be capable of sampling at least 50 samples consecutively without operator intervention. (b) Must hold minimum 40-mL VOA sample vials in a vertical position while at rest. (c) Must sample directly from a removable vial carousel without requiring any mechanical movement of the sample vial. (d) To minimize maintenance requirements, the Autosampler needle assembly must be stationary and not move on an X-Y arm assembly. (e) For safety, the moving needle assembly must not be exposed and open to the operator. Penetration of the needle into the vial must occur within an enclosed area of the Autosampler. (f) The Autosampler must not incorporate any gripper-type mechanism to move vials. The vials must remain in place in the vial carousel. (g) Must have an optional dual standard addition capability with two separate standard reservoirs. Each standard addition must be fully programmable at operator-defined intervals and capable of being programmed separately. (h) Must use a concentric needle design and a peristaltic pump and must sample under positive vial pressure. (i) Must be fully controllable through both the supplier's purge and trap sample concentrator keypad and through an optional Windows? -based software program. The Autosampler must be fully programmable from the purge and trap if a PC is not available. (j) The Autosampler and purge and trap combination must not occupy more than 100 sq. in. of bench space, or be > 30" in combined width. (k) The sample concentrator must have a minimum warranty of one year to include parts and labor as well as an on-site response time of 48 hours from the initial service call. elivery of the instruments shall be FOB Destination(shipping cost is to be included in the item price ) within 30 days after receipt of an order. Delivery, inspection and acceptance will be at the U.S. EPA, 2890 Woodbridge Ave., Bldg. 209, Edison, NJ 08837. Evaluation -The Government will issue a fixed price purchase order resulting from this solicitation to the responsive, responsible offeror whose quote represents the best value to the Government, price and other factors considered. The following factors, in order of importance, will be used for evaluation purposes: (1) Offerors must provide sufficient material to demonstrate that the purge and trap sample concentrator and Liquid Autosampler will meet the technical specifications outlined. (2) Offerors must be capable of providing the minimum warranty and service provisions outlined. (3) Price The Federal Acquisition Regulations (FAR) provision at 52.212-1, Instructions to Offerors-C1ommercial Items applies to this acquisition. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, must be included with the offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following additional FAR clauses which are cited in Clause 52.212-5 are applicable to this acquisition: 52.222-221, 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; 51.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.225-1, Buy American Act-Supplies, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. FAR Commercial Buy Clauses can be found at www.epa.gov/oamrtpnc/spclaus/index.htm. Offerors must include sufficient material descriptive literature to permit the Government to determine that the proposed instrument will meet the technical specifications above. Please include in the quote package a completed form SF 1449 which can be found at www.gsa.gov/forms/, required provisions, descriptive literature and a schedule of prices for the requested items. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, must be included with the offer which can be found at www.epa.gov/oamrtpnc/spclaus/index.htm All technical questions are to be submitted via e mail address: lamela.yolanda@epa.gov no later than 09/01/09. All responsible sources may submit a quotation to Yolanda Lamela, U.S. Environmental Protection Agency, 2890 Woodbridge Avenue, Edison, NJ 08837. Quotations are due by 09/08/09 at 1:00 pm EDT. No telephonic or faxed requests will be honored. After obtaining a copy of the RFQ via the Internet, it will be your responsibility to frequently check the same site where the RFQ is posted for any amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegII/RFQ-NY-09-00019/listing.html)
 
Record
SN01925565-W 20090827/090826000633-5538e34f2a600e7f5f128fe8c3f20029 (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.