Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2010 FBO #3115
SOLICITATION NOTICE

66 -- Purge and Trap Autosampler and Concentrator as described herein

Notice Date
6/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N0018910TN069
 
Response Due
6/7/2010
 
Archive Date
6/22/2010
 
Point of Contact
Susan L Temple 757-396-8513 Valerie Moorevalerie.moore@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-10-T-N069. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-39 and DFARS Change Notice 20100324. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. This is a competitive, unrestricted action. The NAICS code is 334516. The Fleet and Industrial Supply Center - Norfolk Naval Shipyard requests responses from qualified sources capable of providing: SUPPLIES/SERVICESQUANTITYUNIT OF ISSUE PRICE.PURGE AND TRAP AUTOSAMPLER-AND CONCENTRATOR AS DESCRIBED EA1 __________BELOW: SPECIFICATION FOR PROCUREMENT OF A PURGEAND TRAP AUTOSAMPLER AND CONCENTRATOR 1.0 SCOPE 1.1 Scope. This specification provides the minimum requirements for a Purge and Trap Autosampler and Concentrator. The Purge and Trap Autosampler and Concentrator will be utilized in an industrial laboratory for determining a wide range of organic compounds from water to hazardous waste materials to very low detection limits (parts per billion, ppb) with high accuracy and precision for environmental organic sample analysis. 2.0 APPLICABLE DOCUMENTS 2.1 Government Documents. The following documents of the issue in effect on the date if invitation for bids or request for proposal, form a part of the specification to the extent specified herein. SPECIFICATIONS MILITARY:MIL-STD-129- Marking for Shipment and Storage OTHER GOVERNMENT AGENCY U.S. DEPARTMENT OF LABOR OSHA 2206- General Industry, OSHA Safety and Health Standards, 29 CFR 1910 2.2 Non-government documents. The following documents form a a part of this specification tot the extent herein. Unless otherwise indicated, the issue in effect on the date of invitation for bid or request for proposal shall apply. STANDARDS UNITED STATES ENVIROMENTAL PROTECTION AGENCY USEPA STANDARD TEST METHODS 5030, 5035, 8260, 524.2, 524.3 - Standard Test Methods for Analysis of Solids, Wastewater, and Drinking Water. (Copies of these standards may be obtained from the USEPA website)AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM-D-3591 - Standard Practice for Commercial Packaging (Application for copies should be addressed to: American Society for Testing Materials, 1916 Race Street, Philadelphia, PA 19103.) NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) NFPA-70-1987 - National Electrical Code (Applications for copies should be addressed to: National Fire Protections Association, Batterymarch Park, Quincy, MA 02269.) 2.3 Order of Precedence. In the event of conflict between the test of this specification and the references sited herein, the text of the specification shall take precedence. However, nothing in this specification shall supersede applicable laws and regulations unless a specific exemption has been obtained. 3.0 REQUIREMENTS. 3.1 General Information and Coverage. The equipment shall be one of the manufacture's current production models, new and unused, capable of performing it's intended function in accordance with the operation and performance requirements specified herein. The equipment shall be complete so that when connected to the utilities and attachments specified herein, it can be used for any function for which it is designed and constructed. 3.1.1 Current Production Model. The equipment offered shall be a current production model. A current production model is defined as the manufacture's current production model which, on the date this specification is issued, has been designed, engineered and sold, or is being offered for sale through advertisements or manufacture's published catalogs or brochures. Products such as prototype units, preproduction models, or a highly modified current production models, where major components have been redesigned to meet the requirements of this specification, do not qualify as meeting this requirement. 3.2 Definition. The equipment shall consist of, but is not limited to the following principal components, attachments and accessories necessary to meet the requirements specified herein. Purge and Trap Autosampler ConcentratorPurge and Trap Autosampler Installation KitConcentrator Installation KitGC Interface Cable 3.3 Salient Characteristics. The Purge and Trap Autosampler and Concentrator shall have the following salient characteristics: 3.3.1 Performance Characteristics. 3.3.1.2 The Purge and Trap Autosampler shall be compliant and capable of meeting all of the requirements of USEPA methods 5030, 5035, 8260, 524.2 and 524.3 for the analysis of soils, wastewater, and drinking water. Failure to be capable of meeting any, and all, of these methods will eliminate the system from consideration. 3.3.1.3 This Purge and Trap Autosampler shall contain an autosampler with a minimum capacity of 50 samples. 3.3.1.4 The autosampler shall be able to move in an XYZ formation. 3.3.1.5 The autosampler shall be able to simultaneously utilize water samples and soil samples at one time. 3.3.1.6 The autosampler shall be able to allow introduction of internal standard and other quality control introduction to samples. 3.3.1.7 The system provided must utilize water control management with both condensate trap and dry purging techniques. 3.3.1.8 The system must have a runtime of 20 minutes or less for aqueous samples. 3.3.1.9 The system must be capable of automatically shutting off gas flow in the event of potentially hazardous over pressurization. 3.3.1.10 The Purge and Trap Autosampler shall be capable of complete and total interface with an Agilent Model 5973 Inert GC/Mass Spectrometer via a single interface cable. 3.3.1.11 The system provided must be able to be controlled by a PC with Windows XP, or higher, environment. 3.3.1.12 The Concentrator shall contain a foam and overfill sensor allowing concentrator to stop. This concentrator shall contain a mass flow control for programmable flow rates and have the ability to check for flow and leak check automatically. 3.3.1.13 The Concentrator shall have easy trap access from the front of the instrument. This concentrator shall have a touch screen interface allowing user to maintain complete control of this Concentrator 3.3.2 Physical Characteristics. 3.3.2.1 Deminsions. This equipment shall be a bench-top model. This equipment shall fit in an area of approximately 4' by 4'. 3.3.3 Maintainability. The machine design and configuration shall permit direct access for adjustments/testing/replacement of components. Removal and replacement of equipment components shall require the removal of the minimum number of other equipment components. 3.3.4 Environmental conditions. This equipment and associated accessories shall be designed and constructed such that, under the operating, service, transportation and storage conditions described herein, the equipment shall not emit materials hazardous to the ecological system as prescribed by federal, state, or local statutes in effect at the point of installation. 3.4 Design and Construction. This machine shall be constructed of parts which are new or reclaimed, without defects and free of repairs. The machine structure shall be capable of withstanding all forces encountered during operation of the machine to its maximum rating and capacity without permanent distortion. 3.4.1 Safety. Covers, guards, or other safety devices shall be provided for all parts of the Autosampler and Concentrator that present safety hazards. The safety devices shall not interfere with operation of the equipment. The safety devices shall prevent unintentional contact with the guarded part, and shall be removable to facilitate inspection, maintenance and repair of parts. All parts, components, mechanism, and assemblies furnished, whether or not specifically required herein, shall comply with the requirements of OSHA 2206 that are applicable to the equipment itself. 3.4.2 Human engineering. All operating controls shall be convenient to the operator at his/her normal work bench. The equipment shall be designed and manufactured to minimize the possibility of human error and to ensure human machine compatibility. 3.5 Documentation. Technical operating manuals shall be provided in accordance with MILM-7298..As a minimum, two (2) manuals shall be provided.3.6 Installation. The vendor shall provide complete and total installation of the Autosampler and Concentrator and attach all accessories. Installation of the required utilities shall be the responsibility of the Government. Connection to the utilities and any required hardware or other connection devices shall be the responsibility of the vendor. 3.7 Training. Upon completion of installation, the contractor shall provide, as a minimum, (2) days of onsite training for qualified Chemist in the set-up, proper operation, care and maintenance of the autosampler and concentrator system provided. 4.0 QUALITY ASSURANCE PROVISIONS 4.1 Responsibility for inspection. Unless otherwise specified in the contract or purchase order,, the contractor is responsible for the performance of all inspection requirements(examinations and tests) as specified herein. Except as otherwise specified in the contract or purchase order, the contractor may use his or her own or any facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the government. The government reserves the right to perform any of the inspections set forth in this specification where such inspections are deemed necessary to ensure supplies and services conform to prescribed requirements. 4.1.1 Responsibility for Compliance. All items shall meet all requirements of Sections 3 and 5. the absence of any inspection requirements in the specification shall not relieve the contractor of the responsibility of ensuring that all products or supplies submitted to the government for acceptance comply with all requirements of the contract. 4.2 Methods of inspections. 4.2.1 Operational test. The system provided shall be tested by the receiving activity personnel under the observation of the contractor to verify proper operation in accordance with the requirements of this specification. Satisfactory completion of all testes is inherent in the specification and any cost associated in the correction of any defects shall be the responsibility of the vendor. The system provided will be operated for a minimum period of 8 hours without the need for correction of any defects. Proper operation and function of the system and its controls, and other associated accessories shall be verified during this trial period. 4.2.2 Examination. The equipment provided will be visually and physically examined for design construction, material construction, material components, electrical equipment, workmanship, form, fit and function to determine compliance with the requirements of this specification. 4.2.3 Warranty. The vendor shall provide, as a minimum, a (1) year warranty for the Purge and Trap Autosampler and Concentrator and it's associated accessories. The vendor shall provide next business day parts and labor necessary to maintain a fully functioning system during the warranty period. The vendor shall detail the terms of the warranty in the proposal. 5.0 PREPARATION FOR DELIVERY 5.1 General. Preservation and packing shall be in accordance with ASTM-D3951-88, Standard Practice for Commercial Packaging. 5.2 Marking for Shipment. Marking shall be in accordance with MIL_STD_129J, Marking for Shipment and Storage. In addition, the following markings shall be on the equipment packaging: "NOT FOR OUTSIDE STORAGE"Contract Number Delivery shall be FOB Destination, Norfolk Naval Shipyard, Portsmouth, VA 23709. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Final inspection and acceptance shall occur at destination. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.222-3 Convict Labor52.222-19 Child Labor - Cooperation with Authorities and Remedies52.222-21 Prohibition of Segregated Facilities52.222-26 Equal Opportunity52.222-36 Affirmative Action for Workers with Disabilities52.222-50 Combating Trafficking in Persons52.225-13 Restriction on Foreign Purchases52.232-33 Payment by Electronic Funds Transfer - CCR 52.247-34 FOB DESTINATIONQuoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, technical capability/acceptability, past performance and delivery. Technical capability/acceptability will be determined by review of information submitted by the vendor/contractor. The vendor/contractor must provide a description in sufficient detail to show that the services meet the Government's requirement. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, and ALT I.DFARS 252.232-7003 Electronic Submission of payment requests and Receiving ReportsDFARS 252.232-7010 Levies on Contract Payments.DFARS 252.204-7004 and its ALT I; Required Central Contractor Registration;DFARS 252.211-7003 Item Identification and Valuation. SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008) (SUPPLIES)(a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF): (1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line: 1-800-559-WAWF (9293). (2) WAWF Vendor "Quick Reference" Guides are located at the following web site: http://www.acquisition.navy.mil/navyaos/content/view/full/3521. (3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receiving reports etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed.(b) The following information, regarding invoice routing DODAAC's, must be entered for completion of the invoice in WAWF: Routing TableContracting Officer NotesWAWF Invoice Type COMBOContract Number Delivery Order Number Issuing Office DODAAC N00189Admin Office DODAAC N00189Inspector DODAAC (usually only used when Inspector & Acceptor are different people) Ship To DoDAAC (for Combo), N42158Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (Cost Voucher)Acceptance At Other Local Processing Office (Certifier) N42158 DCAA Office DODAAC (Used on Cost Voucher's only) Paying Office DODAAC N68732Acceptor/COR Email Address NAVSEA_NFSH_NNSY_Vendor_Pay@navy.mil (c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable documentation that supports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contact identified in section (d) of this clause by email. If the invoice and/or receiving report are delivered in the email as an attachment it must be provided as a.PDF, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor. (d) For each invoice / cost voucher submitted for payment, the contractor shall include the following email addresses for the WAWF automated invoice notification to the following points of contact: NameEmailPhoneRole All clauses shall be incorporated by reference into any eventual purchase order. This synopsis/solicitation shall close at 2:00 p.m., EST on Monday, June 7, 2010. At a minimum, responsible sources shall provide the following: a price proposal on letterhead which for the requested item, with its total price, prompt payment terms, delivery date, remittance address, GSA contract number if applicable, business size, payment terms, Tax I.D. #, Duns #, and Cage Code, a point of contact, name and phone number, and a completed copy of 52.212-3 and its ALT. Each response must clearly indicate the capability of the vendor/contractor to meet all specifications and requirements.Point of Contact is Susan Temple who can be reached at 757-396-8513 or email susan.temple@navy.mil. All responsible sources may submit a quote which shall be considered by the agency.SUBMIT YOUR QUOTE VIA EMAIL TO: susan.temple@navy.mil no later than 2:00 p.m., Eastern Standard Time on Monday, June 7, 2010. Facsimile quotes will not be accepted.Oral communications are not acceptable in response to this notice. Point of Contact is Susan Temple who can be reached at 757-396-8513 or email susan.temple@navy.mil. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/56d7f0e6a7b41a83326328e400712820)
 
Record
SN02167734-W 20100605/100603235416-56d7f0e6a7b41a83326328e400712820 (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.