Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2011 FBO #3442
SOURCES SOUGHT

66 -- X-Ray Fluorescence (XRF) Analyzers

Notice Date
4/26/2011
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, EPA/Headquarters, 1200 Pennsylvania Avenue, N.W., 3801R, Washington, District of Columbia, 20460
 
ZIP Code
20460
 
Solicitation Number
R1-11-00170
 
Archive Date
5/18/2011
 
Point of Contact
Frank Bottalico, Phone: 202-564-0141
 
E-Mail Address
bottalico.frank@epa.gov
(bottalico.frank@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
The United States Environmental Protection Agency (EPA) Region 1 Emergency Response requires two (2) Hand held X-Ray Fluorescence (XRF) Analyzers for: • Immediate, on-site analysis of metal concentrations in soil at removal sites and chemical releases accurate enough for real-time emergency clean-up confirmation sampling. Will need only 5%-10% lab sample confirmation. • Significant cost savings over the equipment service life vs. renting. • Significant cost savings and time saving vs. 100% lab analysis. Units will be used by EPA or EPA contractor staff in the field as with the branch's other equipment. This is a Sources Sought Notice only; it is not a Solicitation Announcement. The purpose of this Sources Sought Notice is to gain knowledge of potential qualified sources and their size classification relative to NAICS Code 334516, (Size Standard of 500 employees). If at least two small qualified businesses are identified during this market research, then any competitive procurement that results would be conducted as a Small Business Set-Aside. Specifications for the XRF Two (2) handheld XRFs to provide a rapid, mobile technique used directly to measure a variety of metal contaminants in soil samples. The XRFs should provide capabilities for positive material identification, material sorting, and detection of radioactive and chemical trace elements and possess the following capabilities: 1) Hand-held 2) Does not require a radioactive source to generate the X-ray for detection. 3) Detection of K, Ca, S, P, CI, Ti, Cr, Mn, Fe, Ni, Cu, Zn, Hg, As, Pb, Se, Rb, Sr, Zr, Mo, Ag, Cd, Sn, Sb, Ba. 4) Measure metal concentrations in soil quickly either directly on in a sample holder. 5) Interface with PC for data transfer/logging. 6) Chromium detection limit of less than 15 ppm. These XRFs will also each require the following items: -Docking station -Soil extension pole -Soil attachment for hands free sampling -portable work station 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. The Solicitation which will be issued on the responses received from the Sources Sought Notification will require the following Federal Acquisition Regulation (FAR) Clauses as applicable in FAC-2005-32. 52.204-7: Central Contractor Registration 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 Interested parties should submit a capability statement and product information that clearly demonstrates their capabilities to provide the equipment described above. Standard company brochures will not be considered sufficient response to this Sources Sought Synopsis. 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 3:00 p.m. EDT on or before Tuesday May 3, 2011. Direct any communications, questions or inquiries via email to POC Frank Bottalico at Bottalico.Frank@epa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/R1-11-00170/listing.html)
 
Place of Performance
Address: EPA Region 1, Boston, Massachusetts, 02109, United States
Zip Code: 02109
 
Record
SN02433280-W 20110428/110426234410-ac968983af46d9b2d152cbe512920011 (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.