Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2002 FBO #0328
SOLICITATION NOTICE

66 -- HPLC/GC AUTOSAMPLER AND AUTOMATED SOLID PHASE EXTRACTION (SPE) SYSTEM

Notice Date
10/24/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Contracts Management Division 26 W. Martin Luther King Drive Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
PR-CI-03-10016
 
Archive Date
12/5/2002
 
Point of Contact
EDWARD M. HENNESSEY, Contract Specialist, Phone: 513/487-2032, E-Mail: hennessey.mike@epa.gov
 
E-Mail Address
Email your questions to EDWARD M. HENNESSEY
(hennessey.mike@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. Solicitation number PR-CI-03-10016 is issued as a Request for Proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-07. This acquisition is a 100% small business set aside. The NAICS code is 339111, the size standard for which is 500 employees. The autosampler and automated solid phase extraction (SPE) system shall allow sampling of 0.5 to 1000-mL aqueous samples and extraction of the samples for target organic compounds onto cartridges containing solid phase support material. Before extraction the autosampler shall have the capability to add internal standards and/or derivatizing reagents, mix the reagents with the sample and dilute the sample. After extraction the cartridge can be washed with numerous solvents before the trapped organic compounds are eluted with a more nonpolar solvent. Using transfer lines the extracted compounds shall be transferred to either liquid chromatography or gas chromatography instrumentation. The system shall be capable of operating on-line with unattended operation of the auto-sampling, the solid phase extraction process and the transfer of the extract to the analyzer. Instrument Specifications: The automated solid phase extraction (SPE) system shall have the following features: (1) The system shall concentrate and clean up target analytes from a variety of sample matrices, including large volume water samples (=> 1000-mls); (2) The system shall include an external autosampler which allows introduction of samples up to 10-mls. For samples up to 1000-mls, direct sampling shall occur through the pumping system of the automated solid phase extraction unit; (3) The system shall provide fully automated on-line solid phase extraction. On-line means that from the point of sample introduction until elution into the analytical column of a gas or liquid chromatograph and/or detector, analyte is processed in a completely enclosed fluid path. Fully automated means that no human interaction is required during any part of the on-line SPE process once it has (4) The system shall employ a micro-cartridge format for SPE - 10 mm length x 2 mm bore size - containing HPLC analytical grade sorbent with particle size as small as 7-8 microns. Using this system, elution of the absorbed compounds shall be accomplished with less than 500-uls of extraction solvent; (5) The integrated pumping system that loads samples and delivers necessary solvents for SPE shall deliver these fluids at pressures exceeding 3500 PSI within a programmable and dynamically controllable flow range of 0.1 ml - 10 ml/min; (6) The pumping system shall have the capacity for fully automated random selection and introduction of up to 24 different solvents and/or samples. Volume of sample that can be applied to a extraction cartridge is not limited by the pumping system; (7) The pumping system shall have the capacity of preparing step concentrations of multiple solvents to allow automated, rapid optimization of SPE method steps ? loading, washing, and elution; (8) The system shall offer the user automation of other method development steps such as sorbent breakthrough testing; (9) The system shall be fully PC-controlled; (10) The SPE system (excluding PC and autosampler) shall be compact, occupying a bench top area of no more than 12 x 19 inches (w x d); (11) The system shall have a minimum capacity of 192 SPE cartridges; (12) The system shall have the capacity of "slaving" external HPLC pumps, autosamplers, detectors and fraction collectors. The system shall provide control through programmable TTL inputs and contact closure outputs; (13) The system shall provide excess valve capacity to allow for additional SPE modes ? forward wash/back elute, back wash/forward elute, back wash/back elute; (14) The system shall include an autosampler capable of interfacing with the automated solid phase extractor and be capable of handling a variety of sample volumes up to 10- mls. The autosampler shall have the capability to add internal standards and/or derivatizing reagents to sample vials, to mix the reagents with the samples and dilute the resulting samples. The precision of the volume injected shall have a RSD less than or equal to 0.3% for flushed loop injections; (15) The autosampler shall have separate puncturing and sampling needles. The puncturing needle shall pierce the septum of the sample vial thereby allowing the sampling needle to access the sample without touching the septum; (16) The autosampler shall be fully integrated with the automated solid phase extraction unit and shall not require contact closure to control functions between the two systems; (17) The system shall provide capacity for concurrent on-line SPE for high throughput applications. Concurrent capacity allows for simultaneous preparation of one sample while a preceding sample is being eluted ? all on the same processing platform. General Items to be Included with the automated solid phase extraction system: (1) The contractor shall provide a one-year warranty, commencing from the date of the system acceptance, on all parts and labor (2)The contractor shall provide appropriate training for at least two individuals who will be operating the system. This training shall be provided on-site in Ada, Oklahoma. The training shall be structured such that a 3-day period will provide adequate instruction for all operators. The training shall include all aspects of system operation, maintenance, and troubleshooting and be made available at reasonable time intervals. This training shall provide the user with the knowledge necessary to effectively operate the system in all modes for efficient analytical support. (3) The system manufacturer shall provide a complete set of all operator, maintenance and software manuals, including those covering all peripheral items. (4) The manufacturer shall provide an initial supply of spare parts and consumables for installation and initial operation and checkout of the complete system. (5) The instrument is to be installed at the Robert S. Kerr Environmental Research Center, 919 Kerr Research Drive, Room 205, Ada, OK. The system shall be installed within 15 days after delivery at the location. Installation shall be performed by individuals employed by the system vendor and certified by the vendor to be trained in the setup and operation of the instrumentation being installed. Required Delivery Schedule: - The complete solid phase extraction system shall be delivered no more than 40 days after award. The system shall be transported in packaging that eliminates the possibility of damage during shipment and be received in crating units such that movement to require location will not be hindered. All items shall be delivered to the U.S. EPA Shipping and Receiving, 919 Kerr Research Dr. Ada, OK 74820. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is applicable and the specific evaluation criteria are as follows: (1)Technical acceptability of the item offered to meet the Government's requirement and (2) price. Technical acceptability shall be evaluated on a pass or fail basis. Proposals shall include descriptive technical literature in sufficient detail to demonstrate that the proposed items meet the minimum requirements specified above. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its quote. This clause may be found on the Internet at the following site: http://www.arnet.gov/far/. Clause FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under FAR 52.215-5 paragraph (b), the following additional clauses apply to this acquisition: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-1, Buy American Act--Balance of Payments Program - Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-15, Sanctioned European Union Country End Products; and FAR 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration. Offerors shall submit 3 copies of their quotations no later than November 5,2002 to Mike Hennessey as follows: via regular mail: U.S. EPA, Contracts Management Division, 26 West Martin Luther King Drive, Cincinnati, OH 45268, or via Express Mail/Hand Carry: U.S. EPA, 4411 Montgomery Road, Suite 300, Norwood, OH 45212. Faxed quotations are acceptable and may be sent to (513)487-2109. Questions or comments should be submitted electronically to hennessey.mike@epa.gov.
 
Web Link
The Environmental Protection Agency
(http://www.epa.gov/oam/solicit)
 
Record
SN00193535-W 20021026/021024213640 (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.