Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2011 FBO #3490
SOLICITATION NOTICE

66 -- 2-channel AutoAnalyzer

Notice Date
6/13/2011
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Region 4US Environmental Protection AgencyAtlanta Federal Center61 Forsyth Street, SWAtlantaGA30303-3104USA
 
ZIP Code
00000
 
Solicitation Number
RFQ-GA-11-00007
 
Response Due
6/30/2011
 
Archive Date
7/30/2011
 
Point of Contact
Carole Wallace
 
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, in conjunction with FAR 13, and as supplemented with additional information included in this notice. The Government intends to award a contract to the responsible vendor whose offer best conforms to the specifications, meets the Government's delivery schedule and is the most cost effective in accordance with the following Evaluation Criteria: Award shall be based on the lowest priced technically acceptable quote. The incorporated provisions and clauses are those that are in effect through the latest Federal Acquisition Circular. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. Clause 52.212-4 Contract Terms and Conditions-Commercial Items and Clause and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items are hereby incorporated by reference. The provisio n at FAR 52.212-1 Instructions to Offerors, Commercial Items, applies to this acquisition. Offerors are reminded to include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications, Commercial Items, which can be accessed at http://www.arnet.far.gov. The successful offeror must be registered in the Central Contractor Registration (CCR) database to be considered for award. The CCR database may be accessed at www.ccr.gov. The US Environmental Protection Agency Region 4 Laboratory in Athens, GA, shall purchase a segmented flow analyzer consisting of two channels that will automatically analyze multiple environmental samples of various complex matrices for Ammonia and Total Kjeldahl Nitrogen (TKN) on separate channels. The Segmented Flow Analyzer (SFA) system for nutrient analysis shall comply with all commercial industry standards and meet the following minimum specifications: SAMPLE THROUGHPUT-The system must be able to meet or exceed analy zing 60 samples per hour for both EPA Methods 350.1 Ammonia and 351.2 TKN to maintain current lab productivity. The vendor must supply current Method documentation showing the sample rate (including sample and wash time) of the proposed methods. This is necessary especially for high priority projects and environmental disasters that require quick analysis and data reporting (e.g., Deepwater Horizon, Hurricane Katrina, etc.). SYSTEM COMPONENTS-Autosampler; Pump; Chemistry test module; Digital Photometer; Computer; Flat screen monitor; Printer; Applications/Instrument Software; and Technical Support, Training, Warranty, and Service. AUTOSAMPLER SPECS-Sampler must be a random access XY-2 Sampler that can access any cup at any time and can sample from cups multiple times. This is necessary for duplicate sampling, normal run quality control samples, and automatic reanalysis of off scale or carryover affected samples; Sampler must be able to hold at least 100 samples to accommodat e analysis of calibration standards, quality control samples, and project samples in a single run, rather than multiple, thus minimizing waste production and maintaining laboratory productivity; Sampler must have a PEEK sample probe for analyzing highly acidic samples, such as TKN digests, without the corrosion of the probe. PUMP SPECS-The pump must be a SEPARATE module, not part of an integrated system, so it can be interchanged or added to if necessary; pump must have a digital air injection system that is synchronized with the pump rollers to ensure that air bubbles are of equal size and spacing allowing for high analytical precision; air bubble injection timing must use an optical switch which is not subject to mechanical wear so that the bubble timing remains constant during the lifetime of the pump allowing for analytical consistency; pump must be fitted with an easily accessible emergency off switch on top of the pump in case of leak detection or other hydraulic issue s; pump must be fitted with a leak detector which automatically stops the pump motor and sends a signal to the software indicating that a leak has occurred; pump must be a quick connect system for easy pump tube changing; pump must have a computer controlled automatic intermittent mode that is activated once a run is complete and switches the pump to a reduced speed to save reagents and reduce unnecessary wear and tear on the pump tubes; and pump must be capable of automated switching to high speed for instrument washout. CHEMISTRY TEST MODULE SPECS-The chemistry module must be able to hold at least two analytical cartridges: one for ammonia analysis and the other for TKN analysis. The system must be modular with 1:1 module replacement; chemistry test module must be fitted with EPA approved manifolds that are in accordance with EPA method 350.1 for Ammonia analysis and EPA method 351.2 for TKN analysis; chemistry manifolds must be multi-test which make it possible to change from one method to another without any manual switching of manifolds or pump tubes; chemistry manifolds must be supported with method documentation that includes the preparation of reagents and standards, performance data, reagent safety data, manifold component part numbers, list of spares and consumables with part numbers so that conformance to EPA methods can be easily verified; all hydraulic components of the manifold must be made of glass due to its inert properties in order to avoid any interference from equipment materials; hydraulic components must have an internal diameter of 2.0 mm to limit the risk of blockage from complex environmental samples; chemistry module must be fitted with heating baths for each manifold. These heating baths must be fitted with a thermometer to easily monitor the temperature, must be highly accurate at maintaining a specified temperature and have a user-replaceable coil; and chemistry module must be fitted with a leak detector to prevent damage of the analyzer in the event of a buildup of liquid or reagents. DIGITAL PHOTOMETER SPECS-The system must not require debubbling before the flowcell. The bubble must pass through the flowcell and the software must utilize a software debubbling algorithm. This is necessary to reduce carryover and increase sample throughput. The vendor must provide pictures and documentation from the operator manual to illustrate and confirm that the system does this; the detector must be a true dual beam detection system with same-wavelength correction for high stability. Specifically, the original beam from the single light source must be split in the same fiber optic path. Both beams must pass through and share a single optical wavelength filter, and reach the same detector at exactly the same time. This enables real time reference and sample data to be calculated ensuring ultimate stability and reproducibility of results. The vendor must provide schematics and documentation from th e operator manual to illustrate and confirm this; each detector must have its own light source which is automatically controlled by the software for the intensity which will allow optimization for each method run on that channel; the photometer must be High Resolution (HR) and have a sensitivity of at least 0.001 AUFS to enable low concentrations to be measured accurately and provide low detection limits as required by the EPA methods; the detector must be able to accommodate flow cells with varying path lengths allowing for method optimization; baseline and sensitivity must be controlled automatically from instrument software; and the detection system must have the same temperature air circulated as the chemistry manifold to ensure the lowest possible detection limits and highest precision of data. COMPUTER SPECS-Dell Optiplex GX620 (specs @ Dell.com) OR EQUAL and shall meet the requirements for USEPA Energy Star compliance. FLAT SCREEN MONITOR SPECS-Dell Monitor or equal, must be compatible with computer system and shall meet the requirements for USEPA Energy Star compliance. PRINTER SPECS-HP P2055d (specs at HP.com) OR EQUAL and shall meet the requirements for USEPA Energy Star compliance. APPLICATIONS/ INSTRUMENT SOFTWARE SPECS-Software must be capable of running under the Windows XP and/or Windows 7 operating system; software must adapt to the hardware of each individual system and allow each electronic component (e.g. sampler, pump, detector, etc) to be controlled from the software; software must allow samples to be added at any time during a run and sample tray must be changeable before, during, and after a run; software must be capable of no cal runs so that samples can be scanned prior to analysis for necessary dilutions; software must be capable of calibrating with up to 10 calibration points; Software must have the option for linear or quadratic calibration fits; software must automatically calculate and display the correlation coeff icient. In addition, the calibration curve must be displayed and available to print; software must allow for display of the peak trace (graph of the analytical run) and printing of the trace after the analysis and store this information to be recalled upon demand; software allows for baseline, drift, or carryover corrections as desired; calibration or other run parameters can be changed and results recalculated after the run; peak markers can be moved manually after run in case of incorrect marking. Moved markers and the results that were affected are uniquely identified on data; and Run data can be exported to ASCII file for LIMS import. TECHNICAL UPPORT/TRAINING/WARRANTY/SERVICE-The system must have at least a one year warranty on parts and labor which begins once the system is installed and fully operational in the laboratory; vendor shall provide on-site delivery, installation of equipment and at least a 2-day training course to operators. Installation and training MUST be included in the quoted price of the system and will cover system operation maintenance and trouble-shooting; vendor must have a Technical Support staff which are direct employees of the vendor, degreed scientists, and have a response time of 24 hours maximum; Technical Support must be directly available by email, telephone, or fax during normal business hours; and vendor must have field based technical specialists available for on-site repair. Please include SHIPPING & HANDLING, if applicable. Unless otherwise specified in the purchase order/contract, the supplier is responsible for the performance of all inspection requirements and quality control. All interested parties are invited to respond to this requirement WITHIN 15 DAYS AFTER PUBLICATION OF THIS NOTICE. Questions concerning this acquisition shall be submitted IN WRITING and e-mailed to wallace.carole@epa.gov within 10 days after publication of this notice. Telephonic questions will NOT be answered. All questions /answers will be provided via an amendment to the solicitation. This notice constitutes the ONLY solicitation to be issued for quotes, no paper copies will be provided. Quotes may be submitted to wallace.carole@epa.gov or faxed to 404/562-8210. It is the offeror's responsibility to ensure receipt of faxes or e-mail quotes. Quotes shall include a schedule (list) of offered items to include unit and total price; delivery time; shipping charges if applicable; and completed Representations and Certifications (FAR 52.212-3). NOTE: Offerors submitting insufficient information may be eliminated from competition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegIV/RFQ-GA-11-00007/listing.html)
 
Record
SN02470834-W 20110615/110613234144-51d14bae90542c2a07b5f0ba4dd6c197 (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.