SOLICITATION NOTICE
66 -- Mercury Analzying System
- Notice Date
- 7/11/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
- ZIP Code
- 20899-3571
- Solicitation Number
- NA1341-03-Q-0662
- Response Due
- 7/24/2003
- Archive Date
- 8/8/2003
- Point of Contact
- Joni Laster, Purchasing Agent, Phone 301-975-8397, Fax 301-975-8884, - Patrick Staines, Contract Specialist, Phone (301)975-6335, Fax (301)975-8884,
- E-Mail Address
-
joni.laster@nist.gov, Patrick.Staines@nist.gov
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATIONFOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATIONINCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-14.*** The associated North American Industrial Classification System (NAICS) code for this procurement is 339111 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested Contractors may submit a quote.*** The National Institute of Standards and Technology has a requirement for One (1) Mercury Analyzing System.***All interested offerors shall provide a quote for the following: Line Item 0001: One (1) Mercury Analyzing System meeting or exceeding the following specifications: (1) Detachable speciation kit to allow for both organo-mercury determination (when speciation module is attached) and total mercury determination (when module is detached); 2) Organic mercury species shall be converted to inorganic mercury prior to detection with a mixing coil that utilizes acid bromide/bromate oxidation chemistry in combination with an ultraviolet light reactor and tin chloride reduction chemistry to produce elemental mercury; (3) A turnkey chromatography module consisting of a high performance liquid chromatography pump meeting or exceeding the following specifications: (a) delivery system consisting of a double piston pump; (b) 10 ml pump head with flow rate of 0-10 mL/min; (c) maximum system pressure of 400 bar; (c) LCD display; (e) remote control via RS-232 Port ; (f) remote connections including start/stop triggering, pressure monitor and error out functions; (g) adjustable pressure minimum and maximum and (h) shall weigh less than 5 kg., injection valve, sample loop and digital control hardware and software that allows for real time display of detected peaks shall be provided. The system shall have the ability to accept or provide a trigger control signal via software control and will be fully integrated with specification 1 above; (4) Mercury vapor shall be detected only via atomic fluorescence detection. The elemental mercury shall be purged from the gas liquid separator in a stream of argon, from where it flows through a zero-maintenance polymeric membrane to remove any moisture, then on to the detector; (5) Analytical detection of mercury shall be linear in a concentration range from 1 part-per-trillion to 10 part-per-million in the same analytical run; (6) The detector shall utilize a protective sheath of argon flow concentric to the argon carrier gas and mercury vapor flow from the gas liquid separator, in order to focus and/or concentrate atoms prior to atomic fluorescence detection; (7) All components, including the speciation and chromatography modules, shall be front panel mounted and easily interchangeable and, (8) A computer workstation shall be provided to facilitate software control of the atomic fluorescence detection unit gas flows, detector voltage, and all relevant system controls. Computer system shall include (a) laptop with 16.1" or greater viewable screen; (b) 1.6 GHz or greater processor speed; (c) Windows 2000 or XP operating system (d) 256K Ram; (e) 30 GB or greater hard drive and (f) Ethernet networking card. ***The Contractor shall state the warranty coverage provided for all items.***Delivery shall be provided no later than 6 weeks after receipt of an order and shall be FOB Destination. As defined in the Federal Acquisition Regulation, (FAR), FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. ***Award shall be made to the offeror whose quote offers the best value to the Government, technical and price will be considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Technical capability shall be more important than price. Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein and provide diagrams of calibration and standard working curves and corresponding chromatograms demonstrating the chromatographic separation and subsequent quantitation of methyl mercury via atomic fluorescence detection, so that the speciation kit (Specification 1) and chromatography module (Specification 3) can be technically evaluated.***The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. ***The following clauses apply to this acquisition: 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 subparagraphs: (13) 52.222-3, Convict Labor; (14) 52.222-19 Child Labor - Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; (16) 52-222-26, Equal Opportunity; (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (18) 52.222-36, Affirmative Action for Workers with Disabilities; (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) (ii) 52.225-3 Alternate I, Buy American Act - North American Free Trade Agreement-Israeli Trade Act-Balance of Payment Program-Supplies; (24) 52.225-13 Restriction on Certain Foreign Purchases and (30) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.***All offerors shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; 2) Two (2) copies of technical description and/or product literature which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein and corresponding chromatograms demonstrating the chromatographic separation and subsequent quantitation of methyl mercury via atomic fluorescence detection, so that the speciation kit (Specification 1) and chromatography module (Specification 3) can be technically evaluated ; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s), and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far.***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Joni L. Laster, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. ***Submission shall be received by 3:00 p.m. EST on July 24, 2003. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Purchasing Agent (Joni Laster) @ joni.laster@nist.gov. FAXED/ELECTRONIC QUOTES WILL NOT BE ACCEPTED. ***
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NIST/AcAsD/NA1341-03-Q-0662/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland
- Zip Code: 20899
- Country: USA
- Zip Code: 20899
- Record
- SN00370157-F 20030713/030711221309 (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 |