Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2002 FBO #0180
SOLICITATION NOTICE

66 -- AUTOANALYZER

Notice Date
5/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Contracts Management Section, 290 Broadway, 27th Floor, New York, NY 10007
 
ZIP Code
10007
 
Solicitation Number
RFQ-NY-02-00006
 
Response Due
6/28/2002
 
Archive Date
7/28/2002
 
Point of Contact
Point of Contact, Karen Giacobbe, Purchasing Agent, Phone (212) 637-3380
 
E-Mail Address
Email your questions to U.S. Environmental Protection Agency
(giacobbe.karen@epa.gov)
 
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 requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation No. RFQ-NY-002-00006. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-07. The NAICS code for this solicitation is 334516. The size standard is 500 employees. Please include in the quote package a completed form SF1449 which can be found at www.gsa.gov/forms/, required provisions, descriptive literature and a schedule of prices for the following items: 0001 - Autoanalyzer and accessories - (1) each; 0002 - Installation, 0003 - Two (2) days of training on instrument operation and software usage. The United States Environmental Protection Agency (EPA), Region 2 laboratory has a requirement for an autoanalyzer that meets the following technical specifications: operates on the principal of Flow Injection Analysis (FIA); performs the following analyses using EPA approved methods (with the exception of Formaldehyde): Ammonia, Cyanide, Fluoride, Formaldehyde (by NIOSH Method 3500), Nitrate, Nitrite, Orthophosphate, Total Kjeldahl Nitrogen, Total Phosphorous and Phenol. All methods must include linearity, precision, accuracy and method detection limit data. All appropriate environmental chemistries must be formally approved for EPA compliance monitoring and must have written documentation to demonstrate approval; uses flexible tubing, e.g., inert PFTE tubing or equivalent (glass tubing should be restricted to the cadmium column for Nitrate analysis); does not need compressed gas (inert or otherwise) to operate; performs at least two chemistries either simultaneously or sequentially without additional operator input after instrument startup; automatically dilutes samples that are above the linear range of the instrument; able to input acceptance criteria for standard curve correlation coefficient, check standards and blanks; alerts user to data outside of specifications set by the operator; software is programmed once upon arrival for each chemistry (subsequent analyses only need sample ID input, sample dilutions without resetting the run criteria for each chemistry); sets up analysis of continuing calibration standards during an analytical run without additional user input (i.e., mid-range calibration standard can be analyzed after every ten analytical samples) and data analysis files generated are storable on a rewriteable CD. Minimum one year warranty on parts and labor and 48 hour response time for in-house service calls are also required. Delivery of the item shall be FOB Destination within 30 days after receipt of order. Delivery, inspection and acceptance will be at the U.S. EPA, 2890 Woodbridge Ave., Bldg. 209, Edison, NJ 08837. Offerors are allowed to propose more than one instrument(s) that will meet or exceed the technical specifications outlined above. Each system will be evaluated as a separate offer. The EPA intends to issue a purchase order to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors, of equal importance, will be used for evaluation purposes: (1) Level of automation of the proposed instrument that provides the most capacity and efficiency in the analytical process (2) Ability to perform additional inorganic analytes beyond those specified above, not to exclude alternate technologies (3) Price. Offerors must include sufficient material descriptive literature to permit the Government to determine that the proposed instrument(s) will meet the technical specifications above. The Federal Acquisition Regulations (FAR) provision at 52.212-1, Instructions to Offerors--Commercial 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: 52.222-21, 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--Balance of Payments Program-Supplies; Payment by Electronic Funds Transfer. All technical questions are to be forwarded via email to the Contracting Officer at the following email address: giacobbe.karen@epa.gov. Please submit quotations to Karen Giacobbe, U.S. Environmental Protection Agency, 290 Broadway, 27th floor, New York, NY 10007-1866. Quotations are due by June 28, 2002 at 1:00 P.M. EDT. No telephonic or faxed requests will be honored.
 
Record
SN00084815-W 20020531/020529213339 (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 |
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.