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
MODIFICATION

66 -- Pegasus 4D GCxGC System

Notice Date
8/1/2007
 
Notice Type
Modification
 
Contracting Office
1200 Pennsylvania Ave., NW, Washington, DC 20460
 
ZIP Code
20460
 
Solicitation Number
PR-DC-07-02341
 
Response Due
8/1/2007
 
Archive Date
1/28/2008
 
Point of Contact
Name: Elaine Scott, Title: Contract Specialist, Phone: 2025644478, Fax: 2025652559,
 
E-Mail Address
scott.elaine@epa.gov;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is PR-DC-07-02341 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-17. The associated North American Industrial Classification System (NAICS) code for this procurement is 541380 with a small business size standard of $11M. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-08-01 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be North Chelmsford, MA 01863 The Environmental Protection Agency requires the following items, Exact Match Only, to the following: LI 001, PEG44DLN07 Pegasus 4D GCxGC System with LN2 Cooled Thermal Modulator- this system must include a two year warranty covering parts, labor, and travel. All instrument and computer hardware and software are to be warranted and serviced by a single vendor; an integrated auto-sampler capable of liquid, headspace and SPME sample introduction; operate in the SCAN mode, the MS must be able to meet the DFTPP tuning criterion of EPA Method 625 every 12 hrs; within 30 days of installation, the system must meet the tune criterion, have an acceptable calibration curve of at least five point covering 0.2 ppb/v - 100 ppb/v. The calculated %RSD for the RRF for each compound in the calibration must be less than 15%, or have an R(squared) of at least 0.99 employing a linear calibration curve; within 45 days, the system must have a successful MDL study in place. The MDL procedure is given in 40 CFR 136 Appendix B. The calulated MDL for all compounds must be </=0.05 ppb/V, 1, EA; LI 002, 709-179 TOF Gas Purifier Kit, 1, EA; LI 003, 710-172 19" Flat Screen Color Monitor, 2, EA; LI 004, 710-955 Automated LN2 Levelling system for use with the Pegusus 4D GCxGC-TOF system. 120V., 1, EA; LI 005, 002-201 3-day GC-TOFMS Training, 1, EA; LI 006, 002-202 1.5 Day Advanced Training, 1, EA; LI 007, 259-061-CPK Peg4D ChromaTOF Software, 1, EA; LI 008, 359-001-205 NIST MS Library Program, 1, EA; LI 009, 710-993 SPME Fiber Holder, 1, EA; LI 010, 710-994 SPME Needle Holder/Fiber conditioner, 1, EA; LI 011, 710-997 Combi-Pal GC Autosampler Liq/HS, 1, EA; LI 012, PEG-4D-1Yr - One Year Extended Warranty, 1, EA; For this solicitation, Environmental Protection Agency intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Environmental Protection Agency is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Elaine Scott at scott.elaine@epa.gov or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to scott.elaine@epa.gov (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-AUG-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
www.fedbid.com (b-44072_01, n-6758)
(http://www.fbo.gov/spg/EPA/FEDBIB/WASHFEDBID/PR-DC-07-02341/listing.html)
 
Place of Performance
Address: North Chelmsford, MA 01863
Zip Code: 01863
Country: US
 
Record
SN01359715-F 20070803/070801225927 (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.