Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2006 FBO #1739
SOLICITATION NOTICE

66 -- Automatic Titrator/Ion Selective Electrode Meter

Notice Date
8/29/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Contracts Management Section., 2890 Woodbridge Avenue, Edison, NJ 08837
 
ZIP Code
08837
 
Solicitation Number
RFQ-NY-06-00024
 
Response Due
9/12/2006
 
Archive Date
10/12/2006
 
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 and 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-06-00024. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-12. 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 item: Automatic Titrator/Ion selective Electrode Meter. The United States Environmental Protection Agency (EPA), Region 2 laboratory has a requirement for one Automatic Titrator/Ion selective Electrode Meter that meets the following technical specifications: (1) The Analyzer must be capable of performing titrations with a pH endpoint; a minimum of 2 pH endpoints per sample titration is required; (2) Analyzer must be able to perform analysis of pH by EPA Method 150.1, Alkalinity by EPA Method 310.0, and Fluoride by EPA Method 340.2; (3) Analyzer software must be able to perform calculations for calibration and final sample results; (4) Analyzer must include an autosampler for the analysis of aqueous samples; (5) The computation system must use a Windows XP (or better) Operating System w/17" Flat Panel Monitor; (6) Analyzer must include a Desk Jet printer; (7) Analyzer must have a minimum warranty of one year to cover all parts (excluding consumable items) and labor. 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, in descending order 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) Flexibility of the unit design that leads to more efficient operation; (3) Price. Offerors must include sufficient material descriptive literature to permit the Government to determine that the proposed instrument will meet the technical specifications above. The Federal Acquisition Regulations (FAR) provisions 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; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.225-1, By American Act-Supplies; 52.232-33, Payment by Electronic Funds Transfer-Central contractor Registration. FAR Commercial Buy Clauses can be found at www.epa.gov/oamrtpnc/spclaus/index.htm. All technical questions are to be forwarded via e mail address; lamela.yolanda@epa.gov. Please submit quotations to Yolanda Lamela, U.S. Environmental Protection Agency, 2890 Woodbridge Avenue, Edison, NJ 08837. Quotations are due by September 12, 2006 at 1:00 pm EDT. No telephonic or faxed requests will be honored.
 
Record
SN01129129-W 20060831/060829222227 (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.