Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2008 FBO #2461
SOLICITATION NOTICE

66 -- Direct Mercury Analyzer

Notice Date
8/20/2008
 
Notice Type
Presolicitation
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region II, Environmental Protection Agency, Contracts Management Section., 2890 Woodbridge Avenue, Edison, NJ 08837
 
ZIP Code
08837
 
Solicitation Number
RFQ-NY-08-00017
 
Response Due
9/3/2008
 
Archive Date
10/3/2008
 
Point of Contact
Point of Contact, Yolanda Lamela, Purchasing Agent, Phone (732) 321-6737<br />
 
Small Business Set-Aside
N/A
 
Description
NAICS Code: 334516 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 document will not be issued. The North American Industry Classification System (NAICS) Code is 334516 with a small business size standard of 500 employees. The Solicitaion number is RFQ-NY-08-00017 and the solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorprated provisions and clauses are those in effect through Federal Acquisition Circular 05-26. A firm, fixed-price purchase order is anticipated to result from the award of this solicitation. The United States Environmental Protection Agency, Region 2 has a requirement for a Direct Mercury Analyzer INCLUDING all accessories required for the full operation of the instrument, e.g. autosampler, personal computer, monitor, printer, etc. The unit must meet or exceed the following technical specifications: 1) The instrument must comply with EPA SW-846 Method 7473 for direct mercury analysis via combustion, gold amalgamation and atomic absorption analysis; 2) The instrument must be capable of analyzing solid environmental samples directly with no sample digestion required; 3)The instrument must be capable of measuring mercury at or below 0.005ng Hg using a wavelength of 253.7 nanometers for absorption measurements; 4) The instrument must have the capability of upper quantitation limit of 1,000 ng Hg; 5) The instrument must use a low pressure mercury discharge lamp with thermostatic cell as a light source; 6) The instrument software must use spreadsheet style sample entry and reporting for ease of use; 7) The instrument software must provide real-time display of sample flow path, including temperature, valve actuations and real time peak profiles; 8) The instrument software must collect and store all raw data to allow reprocessing at any time and must allow for one-click of data exporting files for LIMS download; 9) The computer system must be based on a Windows XP Operating System, w/19"Flat Panel Monitor and a Laser Jet Printer; 10) the instrument must have a minimum warranty of one year to cover all parts (excluding consumable items) and labor and include one Preventive Maintenance (PM) visit; 11) the instrument must have a one year extended warranty (to provide a second year of coverage) to cover all parts (excluding consumable items) and labor and include one Preventive Maintenance (PM ) visit. 12) The vendor must provide two (2) days of on-site training, at the USEPA Facility in Edison, New Jersey, by an applications specialist, to include system operation, maintenance and troubleshooting; and 13) The vendor's maintenance agreements must include an option for on-site repair.Note: The vendor must provide evidence that clearly demonstrates that the analyzer can meet or exceed the technical specifications identified above and include descriptive literature to support the claim. Delivery of the instrument shall be FOB Destination (Shipping cost is to be included in the item price) within 30 days after receipt of an order. Delivery, inspection and acceptance will be at the U.S. EPA, 2890 Woodbridge Ave., Bldg. 209, Edison NJ 08837. Evaluation - The Government will issue a fixed price purchase order resulting from this solicitation to the responsive, responsible offeror whose quote represents the best value to the Government, price and other factors considered. The following factors, in order of importance, will be used for evaluation purposes: (1) The systematic integration of environmental aspects into the product design with the aim of reducing the overall environmental impact of analysis from start to finish, including reagent use, raw material use, and waste generated. (2) The level of automation of the proposed analyzer that provides the most capacity and efficiency in the analytical process. (3) Price. Vendors doing business with the Federal Government are required to be registered in the Central Contractor Registration (CCR)database. Registration information can be found at www.ccr.gov. All offerors are to include with their offers a completed copy of provision 52.212-3. The following FAR clauses apply to this acquisition: 52.204-6 Data Universal Numbering System (DUNS) Number; 52.240-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52-212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The following additional FAR clauses which are cited in Clause 52.212-5; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibitions of Segregated Facilities; 52.222-26 Equal Opportunity; 52-222-35 Equal Opportunity for Special Disabled Veteran, Veterans of the Vietnam Era, and Other Eligible Veterans; 52-222-36 Affirmative Actions for Workers with Disabilities; 52-222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.225-1 Buy American Act-Supplies; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration/ FAR Commercial Buy Clauses can be found at http://acquisition.gov/comp/far/index.html. All technical questions are to be forwarded via e mail address Lamela.yolanda@epa.gov. Technical questions regarding this RFQ must be submitted by 08/29/2008. NO telephonic or faxed requests will be honored. All responsible sources may submit a quotation to Yolanda Lamela, U.S. Environmetal Protection Agency, 2890 Woodbridge Ave., Edison, NJ 08837. Quotations are due by 09/03/2008at 1:00 pm EDT. After obtaining a copy of the RFQ via the Internet, it will beyour responsibility to frequently check the same site where the RFQ is posted for any amendments.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ae42cb0ad1e0949d7b2ae213747918b5&tab=core&_cview=1)
 
Record
SN01645917-W 20080822/080820221723-ae42cb0ad1e0949d7b2ae213747918b5 (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.