SOURCES SOUGHT
66 -- Selenium analyzer
- Notice Date
- 6/18/2008
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106
- ZIP Code
- 64106
- Solicitation Number
- NFFKF700-8-36346SLW
- Response Due
- 6/30/2008
- Archive Date
- 6/1/2009
- Point of Contact
- Sharon L. Walker, Phone: (816)426-7470
- E-Mail Address
-
sharon.walker@noaa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Seafood Inspection Laboratory, located in Pascagoula, MS intends to acquire a selenium analyzer (Millennium Excalibur) from PS Analytical to analyze seafood samples for selenium. DESC: Specifications for the Brand Name or Equal: The description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified below: The part numbers for the Millennium Excalibur are: Millennium Excalibur system - P/N: 10.055 Selenium Boosted Discharge Lamp -P/N: E033L002 XYZ random access auto sampler - P/N: 20.400 Latest high spec Pentium desktop computer - P/N: Z586C005 Inkject printer compatible with Pentium computer - P/N: Z235P001 -An automated atomic fluorescence spectrometer w/ integrated vapor generation for the determination of hydride forming elements: As, Se, Te, Sb, and Bi to trace and ultra trace levels. -The system utilizes boosted hollow cathode lamps (interchangeable) as excitation source w/ photomultiplier detection. -Single multi-reflectance filter allows facility to measure As, Se, Bi, Sb, and Te. -Capable of operation w/ both continuous flow and discrete sample injection options. -The system shall be suitable for both routine and research applications matching throughput w/ sensitivity requirements totaling at four different levels. -It has a unique design w/ low foaming characteristics offering virtually zero carryover. -An inlet pressure of 30 -60 psi is required for the gas supply. Flow rates are pre-set to optimum levels w/ automatic shutdown under software control. -The system shall have continuous moisture removal system in an interchangeable cassette -Linear dynamic range of up to 10 ppm -The sample throughput up to 80 samples per hour. -Autosampler with a rinse station and three different sizes of sample tray. -The analyzer can also be used for Hg analysis. -The analyzer can also be coupled to a HPLC using a speciation kit for As, Se, Sb, Te, and Bi. -All the consumable items that are interchangeable are conveniently located on the front of the analyzer. -Analyzer supplied w/ a consumable kit containing one year of consumables (depending on use). -Analyzer supplied w/ an installation kit that includes: power cable, RS232, waste line, ¼" gas line, quick release gas fittings, gas liquid separator, two packages of tubing, liquid manifold w/ all four probes, a user manual, a customer technical manual, and software. -Installation kit w/ an autosampler to include: power cable, RS232, sample trays, waste line, rinse line, 50 sample cups, and a probe. -Include onsite installation and training. -All systems shall have one year of warranty and after the first year, offer a service contracts. -Technical support by phone at no charge to its clients. All engineers are available until atleast 9:00 p.m. -A service manual w/ all analyzers containing: possible faults and trouble shooting and diagrams of electronics. System Control & Software: -The system is fully controlled under software running under MS Windows. -It has a built in RS232 interface. -The software is multitasking: add a calibration point, a sample, or a check while is analyzing a sequence. -Set the system to automatically shut down at the end of a run or to start the software at the beginning of each day. -Set over range criteria, such as automatically running a blank after a high sample. -Export to LIMS software or Excel. -Complete saving of all information about a particular sample. -Keep a history of all modifications made to a particular method. -All upgrades to software are available to clients for free and easily down loaded from website. -The software can be used by two analyzers simultaneously from the same pc. System size: -Weight= 17.5 kg -Dimensions= 460 H x 380 W x 350 D (mm). Autosampler size: -Dimensions= 52 H x 29 W x 50 Depth (cm) To be considered for award, offers of "equal" products, include "equal" products of the brand name manufacturer. To be considered, firms must furnish detailed information along with descriptive literature concerning their capability to provide the supply and satisfy the Government's needs. Such information shall include, at a minimum, name, telephone number and address of concerns for whom you have furnished this supply previously, and detailed narrative that described your facility and ability to provide this supply. Interested parties must respond within (10) days after publication of this notice. If no affirmative responses are received, the government intends to issue a purchase order to PS Analytical. Faxed information can be sent to 816-274-6983, Attn: Sharon Walker. The Central Region Acquisition Division (CRAD), requires that all contractors doing business with the government must be registered with the Central Contractor Registry (CCR). No award can be made unless the vendor is registered in CCR. For additional information and to register in CCR please access the following website: http://www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. The government now requires all contractors submit their Certification and Representation thru the on-line Business Partner Network (BPN). The BPN is the single source for vendor data for the federal government. Contractors are encouraged to on-line at www.bpn.gov and complete the Representations and Certifications.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=738f598da84ddb3e86a4ce0e5c951a5e&tab=core&_cview=1)
- Record
- SN01595889-W 20080620/080618215646-738f598da84ddb3e86a4ce0e5c951a5e (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 |