Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2007 FBO #2093
SOLICITATION NOTICE

66 -- FLOW INJECTION ANALYSIS SYSTEM

Notice Date
8/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area National Animal Disease Center, 2300 Dayton Avenue, Ames, IA, 50010, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG6125S07AA13
 
Response Due
9/4/2007
 
Archive Date
9/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items identified below, prepared in accordance with the format in FAR Subpart 12 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: offers are being requested and a written solicitation will not be issued. This solicitation number: AG-6125-S-07-AA13 is issued as a Request for Quotation (RFQ). This procurement shall be solicited under the Simplified Acquisition Procedures (SAP) and is a Small-Business Set-Aside. The North American Industry Classification System Code (NAICS) code is 339111. The USDA-ARS-National Soil Tilth Laboratory, Ames, Iowa, has a requirement to purchase a Flow Injection Analysis System. The system must be equivalent to or better than a Lachat QuikChem 8500, 2-channel system with heater, sampler, reagent pump dilutor, operating system and computer. Please make quotation pricing valid until September 30, 2007. Flow Injection Analysis System per the following specifications: 1) System must use existing peripheral Hach QuikChem chemistries (manifolds) already utilized at the National Soil Tilth Laboratory. This is essential for the continuity of the research efforts and the Quality Assurance/Quality Control efforts within the laboratory. Interchangeable peripheral parts between the two systems are necessary for the reduction of down time, 2) System introduction and determination must utilize flow injection analysis principles, 3) System must be upgradeable to suppressed ion chromatography, which must function independently and simultaneously to the FIA components. The pump, sampler, diluter, data system, and electronics are shared between the FIA and IC, 4) The instrument must have the expansion capacity for 8 analytical chemistry channels (manifolds). Leak detection on each channel is required. Leak detector must alert the operator when a leak is detected, 5) System must have software-controlled heater(s) with feedback mechanisms to pause operation until desired temperature is achieved, 6) System must have an automatic dilutor. Dilutor must be able to make user specified dilutions for calibration standards and be able to dilute off-scale samples, 7) Dilutor must automatically select optimal dilution factor, dilute the sample and re-analyze the sample. Must have 3 user selectable automatic dilutions settings in the range of 1:1.6 to 1:1000, 8) Compressed gas must not be required for the chemistry manifolds, 9) System must have top accessible chemistries made of PTFE tubing or equivalent, 10) Methods must include linearity, precision, accuracy and detection limits. EPA approved methods must include the documentation, 11) System must use an XYZ sampler with random access sampling and capacity for 360-13 x 100 mm test tubes, plus 16 ? 125 ml standards and controllable by the software, 12) Auto-sampler must have a drip tray for the sample racks, 13) Sampler should have an integrated wash bath that allows rinsing of the sample probe after each injection, 14) Sampler needs to be capable of being integrated with a sample diluter, 15) Reagent pump must have at least 12 positions, 16) Pump must be peristaltic, 17) Software must include the following features: out of range QC samples trigger user specified response, selection of types of QC samples, automatic calculation for EPA's method detection limit, non-editable runtime report must be prepared, allow configuration of 4 samplers, must estimate the off-scale concentrations to determine the appropriate dilution, reports must be exportable in HTML or RTF formats. Calibration curve must be viewable during the run. Software must provide simultaneous instrument control, data acquisition, and report generation, 18) Computer must use a Pentium P4-1.6 GHz or greater microprocessor with 40 GB hard drive, 256M RAM, USB ports, CD-ROM, 2 serial ports, 1 parallel port, bus mouse, 17 inch monitor and printer. Must operate under Windows 98SE/2000/XP/NT, 19) System must have 1.1/2.0 communications interface, 20) System must allow an analytical rate of 120 samples per hour with baseline resolution between peaks, 21) Instrument must be able to run in manual or automated mode, 22) In-line total nitrogen and total phosphorus by UV-persulfate must be possible, 23) Service Specifications: Loaner replacement within 48 hours and telephone support with less than 2 hour call back during business hours, 24) System quote to include delivery, 1 year warranty on parts and labor, and 25) Must include training on system operation, maintenance and troubleshooting. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Item; 52.212-3 Offeror Representations and Certifications-Commercial Items; 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. In Paragraph (B) of 52.212-5, the following apply: 52.203-6 and 52.225-13. The above FAR clauses may be viewed in full text at www.acquisition.gov. All offerors must include copies of 52.212-3 (Representations and Certifications). Faxed quotations are acceptable to Denise Hill at fax number 1-515-663-7482 on or before September 4, 2007. All responses will be evaluated in order to determine the ability to meet the above stated capabilities. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include technical specifications, descriptive material, literature, brochures and other such information corresponding to each minimum required item, which demonstrates the capabilities of the offerors equipment. Offerors shall identify where the offered item meets or does not meet each of the Governments functional and performance minimum specifications listed herein. Offeror shall include references of three (3) firms for which similar equipment was provided. The anticipated award date is by September 30, 2007. All responsible sources may submit a quotation which shall be considered by the Agency.
 
Place of Performance
Address: 2150 PAMMEL DRIVE, AMES, IOWA
Zip Code: 50011
Country: UNITED STATES
 
Record
SN01377484-W 20070820/070818220252 (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.