Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2007 FBO #2069
SOLICITATION NOTICE

66 -- Liquid Scintillation Counter

Notice Date
7/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
RTP Procurement Operations Division (D143-01) Research Triangle Park, NC 27711
 
ZIP Code
27711
 
Solicitation Number
PR-NC-07-10657
 
Response Due
8/14/2007
 
Archive Date
9/13/2007
 
Small Business Set-Aside
Total Small Business
 
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. QUOTES ARE BEING REQUESTED. The North American Industry Classification System (NAICS) Code is 334516--Analytical Laboratory Instruments Manufacturing and the small business size standard is 500 employees. The solicitation number is PR-NC-07-10657, and the solicitation is being issued as a Request for Quotation (RFQ). A firm, fixed-price purchase order is anticipated to result from the award of this solicitation. This solicitation is being procured as a small business set-aside. The U.S. Environmental Protection Agency (EPA), RTP, NC has a requirement for a Contractor to provide: (1) ten (10) Multi-label Single Sample Counting Liquid Scintillation Counters with the following specifications: a. The counter is for single sample counting b. The counter must have a sample holder for 20ML vial c. Energy range must be 2kev-2000kev d. System must be portable and light for on site-measurements e. System must be flexible to accept different sizes of vials and micro centrifuge tubes f. System must have provisions for data export g. Beta counting efficiencies has to be >20%. The specifications below are believed by EPA to be necessary to meet the above functional requirements for the intended application, h. The equipment must be warranted to be free of defects in material and workmanship for at least one year from the time of delivery. The warranty must provide for repair or replacement at no cost to the government, and shall not require the government to pay for shipping and handling costs for return of defective equipment for repair. Software shall be warranted to be fit and suitable for the purpose for which it is provided and that it will operate satisfactorily. i. Documentation provided with equipment shall include instruction manuals that completely describe how to set up, configure, calibrate, maintain, and use the equipment furnished for both hardware and software. Assembly drawings shall be provided for all mechanical assemblies. This documentation may be provided either in printed form, or on CD-ROM in portable document format (PDF) files. j. Delivery must be FOB to the National Air and Radiation Laboratory, Montgomery AL. All shipping and handling costs shall be included in the base price of the instrument. k. The instruments (Liquid Scintillation Counters) should be for single sample counting that should have the capacity of counting 20ML vials, and several different counting geometries for eg: 7ML vials and micro centrifuge tubes (1.5ML) it must be able to display a sample spectrum and to do certain calculations on the data. It should be able to count beta energies from 2-2000kev. l. The instrument shall be at most 25-cm high, by 30-cm wide, by 35-cm deep and weigh about 20kg. m. The Liquid Scintillation Counter shall be controlled by computer software, which must be provided at no additional cost. The software must run on an i386 ?based personal computer with a windows XP operating system. The software must be capable of controlling the functions of the instrument and supporting electronics as required for beta spectrum acquisition. n. If any third party Commercial ?Off ?The ?Shelf software is required for operation, it shall be provided. (2) Ten (10) Internal lead shields that reduces background when counting samples. The Government may purchase the following optional items: (3) OPTIONAL ITEMS: Ten (10) Adapter for 7ml LSC ?mini vials? (4) OPTIONAL ITEMS: Ten (10) Plastic Scintillator for Cerenkov counting for 7ml mini vials Specific details of this requirement will be outlined in the Request for Quotation (RFQ). The RFQ and related information is posted on EPA's website at the following address: http://www.epa.gov/oar/rtp_cmd/. Please submit three copies of the technical proposal and price proposal. The Government will make an award to the responsible offer whose offer conforms to the solicitation and is most advantageous to the Government, cost or other factors considered. All offerors are to include with their offers a completed copy of provision 52.212-3, Offer or Representations and Certifications--Commercial Items. The completed Representations and Certifications should be included with the proposal. The following FAR clauses apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4, Contract Terms and Conditions; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items; 52.204-7 Central Contractor Registration and the following additional FAR clauses which are cited in Clause 52.212-5; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19 Child Labor--Cooperation with Authorities and Remedies; 52.222-21, Prohibitions of Segregated Facilities; 52.222-26, Equal Opportunity; 52-222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Actions for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. All technical questions are to be forwarded via email to the Contract Specialist at the following email address: cannady.laconda@epa.gov, no later than August 3, 2007. After obtaining a copy of the RFQ via the Internet, it will be your responsibility to frequently check the same site where the RFQ is posted for any amendments. All responsible sources may submit a quotation on/or before August 14, 2007 by 3:00 p.m. Eastern Standard Time. Courier Delivery Address is; US Environmental Protection Agency, Attention: Laconda Cannady, RTP Procurement Operations Division (D143-01), 4930 Old Page Road, Research Triangle Park, NC 27709. U.S. Postal Service Address is: U.S. Environmental Protection Agency, Attention: Laconda Cannady, RTP Procurement Operation Division (E105-02), Research Triangle Park, NC 27711. Responses to this synopsis must be made in writing. Telephone and fax request will not be honored.
 
Web Link
The Environmental Protection Agency
(http://www.epa.gov/oam/solam.htm)
 
Record
SN01352424-W 20070727/070725222433 (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.