SOLICITATION NOTICE
66 -- Upgrade a Lachat QuickChem AE system to a QuickChem 8000 Series FIA
- Notice Date
- 2/27/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Agriculture, Agricultural Research Service, South Atlantic Area/Tifton, GA, 4602 Research Way, Tifton, GA, 31793
- ZIP Code
- 31793
- Solicitation Number
- RFQ-01-4389-02
- Response Due
- 3/14/2002
- Archive Date
- 3/29/2002
- Point of Contact
- Tom Maze, Purchasing Agent, Phone 229-386-3496, Fax 229-386-7225, - Tom Maze, Purchasing Agent, Phone 229-386-3496, Fax 229-386-7225,
- E-Mail Address
-
cat@tifton.cpes.peachnet.edu, cat@tifton.cpes.peachnet.edu
- Description
- USDA, ARS, SAA intends to solicit and negotiate with only one source, Lachat Instruments, to upgrade a Lachat QuickChem AE system to a QuickChem 8000 Series FIA. UPGRADING from QuickChem AE to QuickChem 8000 includes the following: (1) All chemistry introduction and determination operate on the principle of flow injection analysis (FIA). (2) The system must be field upgradable in the future to provide suppressed ion chromatography (IC). The IC system should share peripherals such as the sampler and data system. The IC portion must be able to run independently and simultaneously from the FIA portion of the system. (3) The system must be field upgradable for up to 8 analytical channels. These channels can not be stacked over other instruments components reducing the risk of liquid leaking on electronic parts and causing instrument downtime. (4) The system must be field upgradable when used with an XYZ sampler for an intelligent variable automatic dilutor with dual resolution capabilities. (5) The chemistry manifolds must not require compressed gas or debubblers/rebubblers. (6) All chemistry manifolds must use inert PTFE tubing or an equal. (7) All methods must include linearity, precision, accuracy, and method detection limit data. (8) The system must have a 1 year warranty on upgraded parts and labor with extended warranties available on request. Parts or components must be available for loan within 48 hours of request made. Loaner part must be available both during and after the warranty period. (9) Vendor must provide a service to repack cadmium and sulfate columns eliminating the need for local disposal. (10) The system software must include the following features to reduce the time needed for the operator to run QC analysis. This software must run in the background for each sample run and provide the following capabilities: A) QC limits for each QC check standard, both relative and absolute B) User-defined QC limits with out of range detection and immediate correction prior to any inaccurate data generation for any type of sample C) Automated QC/QA protocol to monitor both accuracy and precision D) Operator selected types of QC samples i.e. blanks, knowns, checks, duplicated, spikes, and spiked duplicated for each sample E) Automated calculation of the USEPA Method Detection Limit (MDL) (!!) The upgraded instrument should provide the ability to do selected nitrogen and phosphorus species analysis at the 2 to 10 part per billion range. The methods to accomplish these low range an analyses should be documented and supported by the instrument manufacturer. Technical support should be via internet access to a degreed Technical Scientist who will review and assist with questionable data. Interested parties should submit written responses including prices and technical data sufficient to determine capability to meet the entire requirement and must be received in this office within 15 calendar days after publication of this notice. It should be noted that no contract will be awarded on the basis of offers received in response to this notice, but will be used to determine if a comparable source more advantageous to the Government is available. If no affirmative written responses are received, negotiations will be held with Lachat Instruments without further notice. This acquisition is being conducted under the Federal Acquisition Streamlining Act, Simplified Acquisition Procedures. The anticipated award date is March 14, 2002.
- Record
- SN00031609-W 20020301/020227213100 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |