SOLICITATION NOTICE
66 -- Direct Mercury Analyzer System
- Notice Date
- 5/8/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- SB1341-07-RQ-0188
- Response Due
- 5/23/2007
- Archive Date
- 6/7/2007
- 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 SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. SIMPLIFIED ACQUISITION PROCEDURES ARE UTILIZED IN THIS PROCUREMENT. 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) 2005-16. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is 100% small business set-aside. In accordance with the Non-Manufacturer Rule, to qualify under a small business set-aside, the distributor and the manufacturer must qualify as a Small Business under the NAICS code identified above. ***The National Institute of Standards and Technology (NIST) has a requirement for a Direct Mercury Analyzer System to be used in the Materials and Construction Research Division at NIST, Gaithersburg, MD. *** Background: A direct mercury analyzer system will be used to measure amounts of mercury in both solid samples and aqueous-based liquid samples. The analysis is based on mass and on mercury generation by thermal decomposition, not reduction, and the mercury vapor must be pre-concentrated on a gold trap prior to analysis. The system shall be fully automated with computer control. All interested Offerors shall provide a quote for the following line item(s): Line Item 0001: One (1) Each, Direct Mercury Analyzer System Specification/Features A direct mercury analyzer system must possess a built-in autosampler, integrated sample drying, thermal decomposition, amalgamation and spectrophotometry. The autosampler must be programmable, capable of using variably sized sample boats, and able to transport samples in a smooth, fast sample method. The system must have a spares kit that includes: decomposition tubes, amalgamator, nickel boats, quartz boats, and mercury trap. The system must comply with US EPA Method 7473, such that the system must have: ? Wavelength of detection: 254 nm ? Detector: UV photodetector ? Detection limit: 0.01 ng Hg ? Solid sample weight: between 0.5 and 1.5 g ? Liquid sample volume: up to 1400 uL ? Working range : 0.05 ng to 600 ng ? Reproducibility: less than 1.5 percent ? Analysis time: Approx. 5 minutes per sample ? Sample treatment completely programmable: ? Drying time: between 0 and 300 sec. ? Drying temperature: between 50-500 degrees C ? Decomposition time: between 0 and 420 sec. ? Adjustable decomposition temperature, up to 900 degrees C, with temperature sensor ? Standby amalgamator temperature variable from 150-200 degrees C ? Amalgamator heating temperature 850-950 degrees C ? Adjust release time for amalgamator (0-30 seconds) ? Recording time adjustable (0-60 seconds) ? Calibration to be performed with solid or liquid standard reference materials ? For liquid calibration, can input an infinite amount of measurements for the same data point. Data can be added to existing calibration curve. ? Nickel boats holding up to 500 uL ? Quartz boats holding up to 500 uL, that optimize conditions for unattended analysis of liquids, clinical and other sensitive samples in a full autosampler rack Software/Hardware: ? Displays real time graphical representation of the sampling process ? Provides a means for portable data storage, such that the data can be transferred into other spreadsheet/analysis programs, such as Excel. ? Interfaces to an analytical balance and printer ? Upload sample weights, run sample programs, document and export data. Features include calibration, sample concentration, blank subtraction and data manipulation ? User specified data calculation, allows operator to choose data sets for statistical evaluation ? Validate data versus a stored calibration curve and automatically adjust results without recalibrating to improved the accuracy of measured data ? Store multiple calibration curves ? Store up to 150 sample results per data file ? Choose linear, second order, or third order fit for calibration curves ? Provides a statistical validation of the calibration curve ? Easily switches between manual and automatic mode ? Easy data identification. User can specify a file name for all data sets ? Switch from sampling mode to data mode to view graphs ? Software measures peak height or peak area (operator?s choice) ? Switch measuring units from ppb to ppm ? Conveniently add additional samples to the autosampler while a sample run is in progress Data ? Printable data report includes the following information in list format: Sample number, Sample identification, Weight absorbed, Hg concentration (ng), Blank Correlation, Notes, Dry temperature, Dry time, Decomposition temperature, Decomposition time, Wait time, Amalgamator heat time, Recording time ? Print individual sample graphs (measurement peaks with absorbance values) ? Print calibration curves Support ? On-site installation and training by a factory trained service engineer in our laboratory must be available. ? The system must be manufactured and supported by the company using a dedicated product manager and full applications/service support staff ? A thorough Applications Library and a simple instrument operation manual must be provided with the system Warranty ? A 12 month warranty including parts and labor must be provided. The quote shall also include information for the option of purchasing a large volume quartz boats holding up to 1400 uL. ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Previous Experience, and 4) Price. Technical Capability, Past Performance, and Previous Experience, when combined, are equal to Price. Award shall be made on a best value basis. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. ****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its? affiliates. Quoters shall provide a list of at least three (3) references to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. ***Past Experience shall be evaluated to determine the extent of the Contractor's experience of at least five (5) years in and knowledge in providing similar analyzers. Evaluation of past experience may be based on contacts used for past performance; however, the vendor should provide additional references relating to its past experience information, if necessary. To allow assessment, each proposal must include appropriate documentation. ***Delivery shall be FOB DESTINATION and be completed in accordance with the Contractor?s commercial schedule. *** ***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. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 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: (5)(i) 52.219-6, Notice of Total Small Business Set-Aside; (14) 52.222-3, Convict Labor; (15) 52.222-19, Child Labor ? Cooperation with Authorities And Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52-222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans; (24) 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act w/ Alternate I; (26) 52.225-13, Restriction on Certain Foreign Purchases; and (31) 52.232-33, Payment by Electronic Funds Transfer-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 vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; and 4) One (1) copy of the most recent published price list. ***All quotes shall be received not later than 3:30:00 PM local time, on May 23, 2007 at the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD 20899-3571, Attn: Jennifer Roderick. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24 hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Faxed quotes will NOT be accepted. Emailed quotes will be accepted. ***
- Place of Performance
- Address: 100 Bureau Drive, Shipping & Receiving, Building 301, Gaithersburg, Maryland
- Zip Code: 20899-0001
- Country: UNITED STATES
- Zip Code: 20899-0001
- Record
- SN01289460-W 20070510/070508220243 (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 |