SOLICITATION NOTICE
66 -- MODEL MA-2 MERCURY ANALYZER 100V
- Notice Date
- 9/12/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, VA, 23510
- ZIP Code
- 23510
- Solicitation Number
- EA133C-06-RQ-0997
- Response Due
- 9/18/2006
- Archive Date
- 10/3/2006
- 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quotation (RFQ) number is EA133C-06-RQ-0997. The U.S. Department of Commerce, NOAA, CCFHR Beaufort Laboratory, 101 Pivers Island Road, Beaufort, North Carolina 28516 intends to purchase the following equipment: Model MA-2 Mercury Analyzer, 100V, 2 days of onsite installation and training and basic controller with flat panel monitor. Quantity is 1 each. Required unit must meet the following: Method Detection Limits: 0.002 ng Hg; Working Range: 0.005 to 1,000 ng Hg; Detector Technology: Dual-Beam Atomic Absorption at 253.7 nm; Combustion/carrier Gas: Ambient Air (internally filtered & pumped); Combustion Temperature: Up to 999 degrees C Max (best for silica-containing compounds); Combustion Tube Construction: Ceramic (best for samples containing sodium, i.e. seawater); Halogen Removal: Additives & Liquid Scrubber (no degradation of catalyst); Sample Size: Up to 500 mg (Solid); UP to 1 Ml (Liquid); Exhaust Filter: Built-in and lasting > 10 years; Consumables: Additives and Scrubber Solution, all else is reusable; Additional Options: Reducing Vaporization Attachment for Low Level Hg Analysis (EPA Methods 245.1, 245.2, 245.5, 245.7, and even EPA Method 1631E). Required delivery is 30 days after date of purchase order. In order to comply with the debt collection improvement act of 1966, all contractors must be registered in the central contractor registration (CCR) to be considered for an award of a federal contract. For information regarding registration in CCR contact the CCR website at www.ccr.gov/index.cfm. The FSC for this is 6695 and the NAICS Code is 334516, small business size standard is 500 employees. The government intends to award a firm-fixed price purchase order for this requirement. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. FAR 52.212-1 Instructions to Offerors-Commercial Items applies. Evaluation will be in accordance with FAR 52.212-2 Evaluation_Commercial Items. Award will be made to the responsible, responsive offeror whose offer will result in the lowest technically acceptable price, who can best meet the required specifications. A completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies. The following addenda or additional terms and conditions apply: None. No Defense Priorities and Allocations System (DPAS) rating is assigned. Offers must be submitted to the Acquisition Management Division, ERAD, 200 Granby Street, Room 815, Norfolk, Virginia 23510 by 4:00 P.M. September 18, 2006. Offers may be faxed to 757-441-3786 or via e-mail to Linda.Mullen@noaa.gov. Inquiries will only be accepted via email to Linda.Mullen@noaa.gov.
- Place of Performance
- Address: 101 Pivers Island Road/Beaufort, NC
- Zip Code: 28516
- Country: UNITED STATES
- Zip Code: 28516
- Record
- SN01140563-W 20060914/060912220200 (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 |