Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2006 FBO #1550
MODIFICATION

66 -- TOTAL CARBON AND TOTAL SULFUR ANALYZER

Notice Date
2/21/2006
 
Notice Type
Modification
 
Contracting Office
Environmental Protection Agency, Acquisition Management Branch, 26 W Martin Luther King, Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
RFQ-OH-06-00070
 
Response Due
2/24/2006
 
Archive Date
3/24/2006
 
Description
NAICS Code: 334516 Amendment #1 The purpose of this amendment is to answer technical questions received, and extend the due date and time of the order to Friday February 24, 2006 at 12:00PM (EST). Technical Questions Question #1: What is the composition of the sample? Are they mineral deposits with carbon and sulfur in them? Solids? What is the anticipated 'normal' range for carbon and sulfur Answer #1: The samples are a variety of solid materials obtained from water distribution system pipes and tanks, drinking water and hydrant-flush particulates, and soils/sediments from reservoirs and watersheds, that comprise drinking water sources. The composition of solids covers a wide range, depending on the nature of the source. They are mainly carbonates, hydroxides and oxides, but may also be silicates and phosphates, and all mixtures in between. The major element is usually iron, lead or copper, usually from 25% to 85% by weight. Inorganic Carbon is likely from 0 to 15%, usually 0 to 5%. Organic Carbon is likely from 0 to 5%, usually 0 to 3%. Sulfur is likely from 0 to 10%. Little work has been done in this area for Sulfur, so the usual percentage is unknown. Other elements present, in abundance of greater than 1%, include Ca, Mg, Mn, Si, P, and Al, but others could be present. A typical sample volume available for this analysis (C and S on a single sample), is 0.05 to 0.15 gram. Question #2: If there is the possibility that the samples could be analyzed by one analyzer, it would certainly be in the EPA's best interest to determine this prior to buying a multi-furnace instrument, which the bid indicates. Answer #2: The specification is for one instrument system that will analyze total S (TS) and total C (TC) on the same sample. The EPA currently has other instrumentation that determines total Inorganic C. The EPA's sample size is very limited, and both (TC and TS) accurate determinations must be possible on a total sample volume of no more than 0.15 gram. Smaller sample volumes would be advantageous. This is a request for quote (RFQ) for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The identifying RFQ number is RFQ-OH-06-00070. The RFQ and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 05-08. A firm fixed price purchase order is anticipated to result from the award of this RFQ. Shipping charges need to be included in price. The NAICS code is 334516, and the size standard is 500 employees. 1.0 Background The EPA has the need for elemental analysis of total carbon (TC) and total sulfur (TS) in small quantities of solid materials from water treatment and water distribution system research projects. The solid materials are most often corrosion or scale deposits on drinking water pipes, particularly lead, copper and iron. The amount of material available for all chemical analyses is normally less than 0.50 g, of which, at maximum about 0.1 to 0.2 g can be spared for a combined TC/TS determination. 2.0 Instrument Specifications 1. Must be capable of analyzing both organic and inorganic samples 2. Must contain an induction furnace unit, with a pneumatic sample introduction system 3. Must contain an automatic furnace cleaning cycle after each analysis 4. Must contain a resistance furnace which utilizes heating elements that heat up to full temperature (minimum of 1500? C) in approximately 10 min or less, to facilitate sample throughput 5. Must include a computer, interfaced balance (4th place), operating software, on-site training for 3 staff, and operating supplies up to 1000 analyses 6. Must be cable of completing accurate analyses (within 5% relative) of C and S in samples, ranging from 0 to 15% S or C by weight, using 0.2g or less sample 7. Analysis time shall be less than 2 minutes per total analysis 8. Must be capable of determining both S and C in the same analytical aliquot of sample 9. Must include a voltage line regulator, oxygen regulator, pneumatic regulator, and vacuum system operating on 120V 10. Must be equipped with a supplemental package of accessories and parts to cover normal "emergency" repairs 11. Must have enough supplies to enable 1000 sample analyses for both S and C. 3.0 Warranty The complete instrument, excluding expendable supplies, but including the furnace, the sample introduction system and the balance, shall include a commercial warranty for not less than one year, parts and labor. 4.0 Delivery Date The instrument shall be delivered no later than 60 days after receipt of award. Attn: Mike Schock 26 W. Martin Luther King Dr. Cincinnati, OH 45268 FOB point shall be destination. The following clauses apply to this request for quote: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items, and the specific evaluation criteria is as follows: (1) Technical acceptability of the item offered to meet the Government's requirement and (2) Technical acceptability shall be evaluated on a pass or fail basis (with the lowest price technically acceptable receiving award). Offers shall provide descriptive technical literature and other documentation as necessary, in sufficient detail to demonstrate that the items offered meet the minimum requirements specified above; FAR 52.212-3, Offeror Representations & Certifications-Commercial Items, shall be completed by offeror and submitted with quote, unless the offeror's registered with CCR; FAR 52.212-4, Contract terms & Conditions-Commercial Items; The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items will apply, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13. FAR 52-225-1, Buy American Act-Supplies; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; all clauses can be found at: http://farsite.hill.af.mil/VFFARA.HTM. In addition, the following US EPA EPAAR clause is applicable to this RFQ: EPAAR 1552.233-70, Notice of Filing Requirements for Agency Protests, and 1552.211-79, Compliance with EPA Policies for Information Resource Management. These EPAAR clauses are available at http://www.epa.gov/oam/ptod/epaar.pdf. The government anticipates award using simplified acquisition procedures of an order resulting from this solicitation to the responsive/responsible offeror whose quote conforms to the solicitation and is most price advantageous to the government. Offers shall submit 1 copy of their quotation that references RFQ-OH-06-00070, no later than February 21, 2006 at 3:00 PM (EST) to Scott A. Fogle, at fogle.scott@epa.gov or via fax at 513 487-2107. Questions or comments may also be directed to Scott A. Fogle, at 513 487-2049, or at fogle.scott@epa.gov.
 
Record
SN00991996-W 20060223/060221212437 (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.