SOLICITATION NOTICE
66 -- Liquid Scintillation Counter
- Notice Date
- 2/5/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, RTP Procurement Operations Division, E105-02, 4930 Old Page Road, Research Triangle Park, North Carolina, 27703
- ZIP Code
- 27703
- Solicitation Number
- RTP-RT-09-00078
- Archive Date
- 3/4/2009
- Point of Contact
- Pamela E. Smith,, Phone: 919.541.0635
- E-Mail Address
-
smith.pamela@epa.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. QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is RFQ-RT-09- 00078 and the solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-29. The Environmental Protection agency (EPA) anticipates that a purchase order will be awarded as a firm-fixed price purchase. This procurement is being issued as full and open competition using FAR Part 13 Simplified Acquisition Procedures. The associated North Industry Classification System (NAICS) is 334516 and the size Standard is 500 employees. This procurement is for the acquisition of a Liquid Scintillation Counter. The liquid scintillation counter must meet the following Instrument Minimum Specification: (1) Shall be research grade bench-top liquid scintillation analyzer; (2) Example applications: hormone RIAs, receptor binding assays, enzyme assays, carbon nanotech research, pharmacokinetic model research; (3) Shall have dual label capability; (4) Shall have the capability for 7ml and 20ml vials; (5) Shall be capable to be connected to a network; (6) Shall be capable of low level count mode; (7) Shall be capable of high sensitivity count mode; (8) Shall have bar code reader capability; (9) Shall have a phase separation monitor; (10) Shall have luminescence correction; (11) Shall have color quenchs correction capability; (12) Shall have a mobile cart; (13) Shall have a printer; (14) Shall have a quenched standards: (15 ) Shall have unquenched standards. Host PC and Operating Systems Minimum Specifications: (1) Shall have a Windows Vista operating system: (2) Shall be section 508 compatible; (3) Shall have a Pentium 4 processor; (4) Shall have a least 1 GB RAM; (5) Shall have 120 GB fixed disk; (6) Shall have a 3.5 inch removable disk drive; (7) Shall have a CD-ROM drive; (8) Shall move a 16X DVD +/- RW drive: (9) Shall have at least 2 serial ports; (10) Shall Have USB ports; (11) Shall have a half-length PCI slot; (12) Shall have Graphics card; (13) Shall have Sound card; (14) Shall have a Keyboard; (15) Shall have an Optical mouse; (16) Shall facilitated transfer of count data to Excel spreadsheets. (17) Shall have a warranty; (18)Delivered fob destination within 60 days to Duluth, MN 55804-2595. The Government intends to award a single purchase order to the responsible vendor whose quotation meet all the required specifications and represents the overall best value to the Government. Quotations must include sufficient material (such as narrative technical specifications, drawings, photos, brochures, demo disks, videos, etc.) to permit the government to determine that the proposed instrument will meet the required specifications. The Government reserves the right to require additional pricing information if necessary to determine that the proposed price is reasonable. The following FAR provisions shall apply to this solicitation: 52-212-1, Instructions to Offerors--Commercial Items. The following FAR clause applies to this acquisition: 52.212-4, Contract Terms and -Conditions--Commercial Items. The following additional FAR clauses which are cited in Clause 52.212-5 are applicable to the acquisition: 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era;52.222-50, Combating Trafficking in Persons; 52.225-1, Buy American Act--Supplies; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. All offers are due by February 17, 2009 @4:30 p.m., by faxed to: (919) 541- 3178 or e-mailed to smith.pamela@epa.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2d230e35a1762e34e4bcc4277e31e4ae&tab=core&_cview=1)
- Place of Performance
- Address: 6201 Congdon Blvd., Duluth, Minnesota, 55804, United States
- Zip Code: 55804
- Zip Code: 55804
- Record
- SN01744587-W 20090207/090205215050-2d230e35a1762e34e4bcc4277e31e4ae (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 |