Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2007 FBO #2076
SOLICITATION NOTICE

66 -- Chemistry Speciation Kit

Notice Date
8/1/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Contract Operation And Management Office, 901 N. 5th Street, Kansas City, KS 66101
 
ZIP Code
66101
 
Solicitation Number
RFQ-KS-07-00021
 
Response Due
8/8/2007
 
Archive Date
9/8/2007
 
Description
NAICS Code: 334516 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation number RFQ-KS-07-00021 is applicable and is issued as a request for quotation. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The requirement is "Full and Open Competition" with a NAICS Code of 334516 (Analytical Laboratory Instrument Manufacturing) and a size standard in millions of dollars $6.5. The description of the commercial items are for Perkin Elmer laboratory parts and equipment, and reads as follows: CLIN 0001, KIT - SPECIATION W/ HPLC. Speciation kit with Chromera software and HPLC. The N812-0190 package is a complete turn-key system with Chromera software, Series 200 Quaternary pump, 100 position Series 200 autosampler, peltier cooled thermostatted oven, vacuum degasser, metal free interface hardware, switching valve, all cables needed to connect the HPLC to the ELAN ICP-MS and Chromera software for full hardware control. Providing a full suite of graphical tools, a customizable user interface and flexible reporting options, Chromera is the speciation module designed explicitly for Inorganic analysis. The included switching valve is unique in that it, under computer control, switches between wash solution and chromatography element. Part No. N8120190, Quantity required: 1 CLIN 0002, KIT-ELAN VER 3.3 SOFTWARE. Part No. W105115, Quantity required: 1 CLIN 0003, INTERFACE KIT-LC/ICP/MS STANDARD. Part No. N8120532, Quantity required: 1 CLIN 0004, KIT-CDC SUPPLEMENTAL. Part No. N8120543, Quantity required: 1 CLIN 0005, CARTRIDGE PACK-3.3CM C8. Part No. 02580191, Quantity required: 1 CLIN 0006, 3CM MPLC GUARD HOLDER. Part No. 07150013, Quantity required: 1 CLIN 0007, Column ANX 5um x 15cm PEEK. Part No. N8122253, Quantity required: 1 CLIN 0008, KIT-PELTIER ORGANICS CASS TORCH. Part No. N8122410, Quantity required: 1 CLIN 0009, MAINS LEAD USA 2M 125V 16A LINE CORD. Part No. 09991420, Quantity required: 1 CLIN 0010, INSTALLATION-SPECIATION KIT. Part No. N0205544, Quantity required: 1 CLIN 0011, S200 UV/VIS DETECTOR WITH FLOWCELL. Dual beam; wavelength range: 190#700 nm. Programmable functions include time, wavelength, range, rise-time, auto zero, switch closures, program number, and number of injections. Digital output of chromatographic data (to TotalChrom via dotLINK interface). Stopped flow scan speed from 0.2#1.0 nm/sec. Sensitivity range: 0.0005#3.000 AU. Noise<+/- .75 x 10#5 AU; drift: <1 x 10#4 AU. Unit includes standard flowcell: 15-uL, 10-mm pathlength. Includes TotalChrom / LINK control RS-232 cable and TotalChrom/dotLINK control RS232 cable. TC 6.1.2 Workstation or Client/Server (or greater) w/ associated LC IPM required for full control capabilities. Part No. N2920011, Quantity required: 1 The selection resulting from this request for quotation will be made on the basis of the lowest priced technically acceptable quote from responsible quoter who meets the minimum requirements. Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued using an Optional Form 347. A purchase order will be in existence once the Contracting Officer has signed the order. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or in any applicable provision, they shall be read to mean quote, quotation, quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotation not a Request for Proposal or an Invitation for bid. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The Contracting Officer will evaluate quotes on the basis of information furnished by the quoter that demonstrates that they meet the Minimum system requirements. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Telephonic inquiries will not be accepted. Quotes must be mailed and are due on August 10, 2007 at 12:00 PM Central Daylight Saving Time (DST) along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number. In addition, quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, with their quotes. FAR clause 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.247-64 are applicable to this acquisition: 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-41, 52.246-4 SOLE SOURCE JUSTIFICATION I. DESCRIPTION OF THE SUPPLIES/SERVICES: Environmental Protection Agency - Regional Laboratory. This sole source justification is for the purchase of a speciation kit with HPLC and the necessary corresponding units. II. STATEMENT OF FACTS JUSTIFYING SOLE SOURCE AWARD: The equipment that will be purchased is to be used with existing equipment owned by the EPA. It is necessary to keep the same manufacturer for the proper function and communication between existing equipment, and to keep from voiding the existing manufacturer's warranty. No other manufacturer's equipment will communicate with the existing equipment. Use of other brand name speciation kits would require extensive duplicate costs to EPA. The nature of the acquisition requires a contractor that possesses equipment, and upgraded Perkin Elmer parts that will function and communicate with our existing Perkin Elmer. This unique equipment is essential for contract performance because no other manufacturer's equipment will function and communicate with the Perkin Elmer equipment. Also, no other vendor is authorized to distribute these speciation kits. III. Perkin Elmer is the only known source able to satisfy the Government's requirement(s). Perkin Elmer is the manufacturer of the equipment and they are the only company that offers the required speciation kit. IV. STATEMENT OF ACTIONS TAKEN TO PRECLUDE THE NECESSITY FOR FUTURE SOLE SOURCE ACQUISITION FOR THE SAME SUPPLIES/SERVICES: This acquisition is for upgrades to an existing system. Manufacturers of similar speciation systems may have the ability to compete for future acquisitions of complete systems.
 
Record
SN01359367-W 20070803/070801222450 (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.