Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2008 FBO #2441
SOLICITATION NOTICE

66 -- Request for Quote-XRF Analyzer

Notice Date
7/31/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, Bureau of Land Management, Idaho Region, BLM-ID IDAHO STATE OFFICE* 1387 S VINNELL WAY BOISE ID 83709
 
ZIP Code
83709
 
Solicitation Number
DLQ080058
 
Response Due
8/15/2008
 
Archive Date
7/31/2009
 
Point of Contact
Mike Willis Contract Specialist 2083733911 Michael_Willis@blm.gov;
 
Small Business Set-Aside
N/A
 
Description
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; quotations are being requested and a written solicitation will not be issued. Firm, fixed-price quotes are requested under Request for Quotation (RFQ) Solicitation number DLQ080058. This document incorporates provisions and clauses which are in effect through Federal Acquisition Circular (FAC) 2005-26. Request for quote for an XRF Analyzer: X-ray source must be a miniaturized, high-resolution X-Ray tube (a minimum of 50 kV) to minimize regulatory requirements and to provide optimized analysis of high Z elements like Ba, Sb, and Cd. No radioactive source is acceptable. Integrated color display that is easily readable during testing and in sunlight. Single, self-contained, environmentally sealed field unit. Sample measurement must be fast and simple. Easy Calibration and Reporting. Technical support provided. Includes a portable test stand for ex-situ sample analysis. Ability to interface with Global Positioning Systems (GPS). Provide Battery pack and charger with additional backup battery. Downloadable data to personal computers with capability to accommodate user-defined inputs exportable to Microsoft Excel. Software to include: environmental mode concentrations (ppm); and mining mode capable of distinguishing ore-grade concentrations (weight percent). Minimal radiation exposure during use. Ability to quantify a minimum of 20 elements, including all RCRA elements, and provides quick screening of sludge's and liquids, as well as unprepared soil samples. Ability to simultaneously analyze for: Ag, As, Ba, Cd, Cr, Cu, Fe, Hg, Mn, Mo, Ni, Pb, Sb, Se, Sn, Sr, Ti, Rb, U, Zn, and Zr. System is capable of analysis of Ba in soil using Ba K x-ray lines. System shall be provided with a holster for field use, and a hard case for protection in transport. Special Consideration: The vendor must be willing to accept and properly dispose of Idaho BLM's two radioactive-source based XRF analyzers: (1) Niton XL700, that includes two radioactive sources (Americium and Cadmium); and (2) Metorex XRF Analyzer. Documentation will be required to indicate proper disposal to the satisfaction of the Nuclear Regulatory Commission. Also provide credit for the analyzers if applicable. Estimated Delivery Date: 09/22/2008 The delivery address is: Bureau of Land Management Idaho State Office 1387 S. Vinnell Way Boise, ID 83709 The FOB point will be destination."FOB Destination" means that all costs for transportation or freight from the shipping point shall be paid by the Contractor and included in the unit price quoted for each item. The following provisions and clauses apply to this procurement: FAR 52.212-01 Instructions to Offerors - Commercial Items; FAR 52.212-02, Evaluation-Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision. Quotes will be evaluated on technical capability, price, and past performance in descending order with the level of importance of price and past performance being the same. Past performance will be based on the Contracting Officer's knowledge, contactor provided references, and other reasonable sources. FAR 52.212-03 Offeror Representations and Certifications - Commercial Items; FAR 52.212-04 Contract Terms and Conditions - Commercial Items; FAR 52.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (paragraph (b) following clauses apply; FAR 52.222-03; FAR 52.222-19; FAR 52.222-21; FAR 52.222-22; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-01; FAR 52.232-33); (paragraph (c) following clauses apply; FAR 52.222-41; FAR 52.222-42); FAR 52.204-07 Central Contractor Registration; FAR 52-211-05 Materials Requirements; FAR 52.211-06 Brand Name or Equal; DIAR 1452.210-70 Brand Name or Equal; FAR 52.223-03 Alt. 1 Hazardous Material Identification and Material Safety Data; FAR 52.223-06 Drug-Free Workplace; FAR 52.237-01 Site Visit, (A Site Visit will not be held). The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far or upon request to the Contracting Officer. Offerors must be registered, and must maintain an active registration in the Central Contractor Registration database found at http://www.ccr.gov and Online Representations and Certifications must be completed at http://orca.bpn.gov or completed copy of the FAR 52.212-03 clause must be submitted with the quote. Quotes shall be submitted in writing on company letterhead and must include the RFQ number, the company name, point of contract, address, phone number, fax number, DUNS number, the delivery period in terms of the number of weeks or days, the unit price, the extended price, and any prompt payment discount terms. If you need assistance with the IDEASEC website contact the helpdesk at 703-390-6633. Offers are due by 1600 Eastern Standard Time on 08/15/2008. Fax quotes will be accepted at (208) 373-3915. For additional information contact Michael L. Willis, Contract Specialist at (208) 373-3911. All responsible offerors may submit a quotation that, if timely received, shall be considered for award.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=db5ae2d7a99d79ef7bb2ff1c9c304a7c&tab=core&_cview=1)
 
Place of Performance
Address: See Description for Delivery Address
Zip Code: 83709
 
Record
SN01628285-W 20080802/080731224109-db5ae2d7a99d79ef7bb2ff1c9c304a7c (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.