SOLICITATION NOTICE
66 -- Field Portable X-Ray Fluorescence (XRF)
- Notice Date
- 5/27/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, Region I, One Congress Street, (MCP), Suite 1100, Boston, Massachusetts, 02114
- ZIP Code
- 02114
- Solicitation Number
- EIA-9019R1
- Archive Date
- 6/26/2009
- Point of Contact
- Robert Stachowski, Phone: (617) 918-1913, Patrice Denault, Phone: (617) 918-1714
- E-Mail Address
-
stachowski.robert@epa.gov, denault.patrice@epa.gov
(stachowski.robert@epa.gov, denault.patrice@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 FAR, Subpart 12.6, as supplemented with additonal information inlcuded in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitiation will not be issued. This combined synopis/solicitation is issued under solicitation number EIA-9019R1 as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-31. The North American Industry Classification System (NAICS) code is 334516, which has a size standard of 500 employees to qualify as a small business. This solicitation is NOT set-aside for small business and is considered as full and open to all business. Submit written quotes only, oral quotes will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). Information concerning CCR registration requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Only one contract will be awarded. It is the firm's or individual's responsibility to be familiar with applicable provisions and clauses. All FAR provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at http://acqnet.gov/far. The United States Environmental Protection Agency (EPA) Region 1 requires a self-contained, Field Portable X-Ray Fluorescence (XRF) Analyzer suitable for the analysis of metals in soils, mining wastes and waste oils, lead paint and thin film (dust wipe) samples. Interested parties should submit a capability statement and product information that clearly demonstrates their capabilities to provide the equipment described herein. Standard company brochures will not be considered sufficient response to this Synopsis/Solicitation. The offeror must verify in writting that all Requirements and limits herein will be met by the equipment identified in their offer. Functional Requirements: XRF with the ability to perform EPA Method 6200 for soil, liquids, and powders applications with uniform samples. Factory defined and calibrated with up to 3 beam settings for sequential analysis of elements with atomic number Z=15 (Phosphorus) to Z=92 (Uranium). Ability to analyze for the following metals: • 8 RCRA metals: Cr, Pb, As, Hg, Se, Ag, Cd. Ba • EPA Priority Pollutant Metals; Tl, Cu, Zn, Ni, Sb • Other elements: V, Mn, Fe, Co, Sn, Rb, Zr, Sr, Mo Ability to achieve the following approximate levels of detection in soil matrix (in ppm.) Pb 5 Cd 5 As 5 Cr 25 Hg 5 Ag 10 Ba 40 Se 5 Sb 10 Cu 20 Zn 10 Ni 20 Physical Requirements: Integrated data collection system. 50 kV, 10 W X-ray tube system. High resolution Detector. NIST Standards for calbration checks. Must be able to operate using both 120VAC outlet power and battery operation. Applicable Standards: Instrument must conform to all applicable radiation health and safety standards. Training Requirements: Vendor shall provide Radiation Safety Training and start-up assistance, as well as training in user adjustable calibrations. Service and Support Requirements: Instruments should include one year warranty, with possible option to extend the warranty using a Service & Maintenance Agreement for up to four (4) additional years. Warranty Agreement shall included telephone technical support needed for the hardware, software and application. Service should include all emergency telephone calls and all parts that are required to repair defects in materials. Delivery Acceptance Schedule and Constraints: Delivered Instrument must demonstrate acceptable performance on known Standard Reference Materials prior to final acceptance. Estimate time frame for final acceptance and testing is 90 days after receipt of equipment. The following Federal Acquisition Regulation (FAR) Clauses as applicable in FAC-2005-31. 52.212-1: Instruction to Offerors 52.212-3: Offer Representations & Certifications - Commercial Items 52.212-4: Contract Terms & Conditions - Commercial Items 52.212-5: Contract Terms & Conditions required to implement Status or Executive Orders - Commercial Items. The following FAR Clauses will be incorporated as part of FAR Clause 52.212-5 52.219- 28: Post-Award Small Business Program Representation 52.222-3: Convict Labor 52.222-19: Child Labor 52.222-21: Prohibition of Segregated Facilities 52.222-26: Equal Opportunity 52.222-36: Affirmative Action for Workers with Disabilities 52.222-50: Combating Trafficking in Persons 52.225-13: Restriction on Certain Foreign Purchases 52.232-33: Payment by Electronic Funds Transfer - Central Contractor Registration The applicable NAICS Code is 334516. In the capabilities statements, contractors must provide their size status for the above referenced NAICS code, (i.e. large, small and whether or not they are a certified HubZone, 8(a), Woman-Owned, Small Disadvantaged and/or Service Disabled Veteran-Owned business. Responses for the above shall be submitted to the Primary Point of Contact by 4:30 p.m. EDT on or before Thursday June 11, 2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegI/EIA-9019R1/listing.html)
- Place of Performance
- Address: Vendor' s Location, United States
- Record
- SN01828285-W 20090529/090527235459-3f898356c9ad516af3a202bd3c5964f1 (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 |