Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2011 FBO #3680
SOLICITATION NOTICE

66 -- Preconcentrator / Autosampler System

Notice Date
12/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region III, Contracts Branch (3PM10), 1650 Arch Street, Philadelphia, Pennsylvania, 19103-2029
 
ZIP Code
19103-2029
 
Solicitation Number
RFQ-PA-12-00009
 
Archive Date
1/18/2012
 
Point of Contact
Ryan T. Parker, Phone: 2158145126
 
E-Mail Address
parker.ryan@epa.gov
(parker.ryan@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and 13 as supplemented with additional information included in this notice. This solicitation is issued as a Request for Quotations (RFQ) under solicitation number RFQ-PA-12-00009. Award will be made using Simplified Acquisition Procedures in accordance with FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is 100 percent set aside for small business concerns. The associated North American Industrial Classification (NAICS) code is 334516 and the business size standard is 500 employees. TECHNICAL REQUIREMENT CLIN 0001: One (1) Preconcentrator/Autosampler System to be delivered and installed at the EPA Environmental Science Center, Fort Meade, MD, The Preconcentrator/Autosampler System must be able to automate the analysis of VOCs in air samples using Methods TO-14A and TO-15 with the following minimum specifications: Specifications for the preconcentrator: It must be flexible in that it can accommodate Summa canisters, tedlar bags, adsorbent traps, bottle samples and large volume static headspace and three autosamplers. There must be three stages to allow for superior water and carbon dioxide management. The first stage must be active solid phase micro extraction (SPME) which is designed to increase the molecular weight range and prevent carryover. It also must contain no plastic rotors. The sample flow path must contain no solenoids or cold spots. The sample flow path must be made of stainless steel and must be coated with Silonite to maximize recovery and minimize carryover. The system must allow for the automatic addition of matrix spikes and internal standards. It must have the ability to perform automated leak checks and instrument bake-outs. It must be able to analyze solids, liquids and gases and handle sample sizes of 20cc to 1000cc. The system must be able to handle both liquid carbon dioxide and liquid nitrogen for cryofocusing. The system must be capable of analyzing C24 compounds if needed (with heated canisters). Specifications for the autosampler: There must be at least 16 positions. It must be flexible in that it can accommodate Summa canisters, tedlar bags, adsorbent traps, bottle samples and large volume static headspace. It must have at least 4 sample ports. All tubing must be Silonite coated and heated to improve sample recovery and reduce carryover. After each analysis the lines must be back-flushed. The system must have automatic leak-checking. Installation, travel charges and training must be included in the purchase. Quote Submission Requirements: Quote must include pricing inclusive of installation, training, and any travel charges. The quote shall contain a description of the warranty, the delivery time, and the technical data that supports that the quoted system meets or exceeds the minimum technical requirements. APPLICABLE CLAUSES AND PROVISIONS The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54. The following provisions and clauses are hereby incorporated by reference and shall apply to this solicitation and shall apply accordingly to the subsequent award. The provisions and clauses can be found at www.acqnet.gov. FAR 52.212-1 - NOTE - This is a total small business set-aside. The NAICS code for this procurement is 334516 with a size standard of 500 employees. FAR 52.212-1 Evaluation Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: The Government will award a contract resulting from this solicitation to the lowest priced technically acceptable quote conforming to the solicitation. The Government intends to award on an all or none basis. FAR 52.212-3 FAR 52.212-4 FAR 52.212-5 - Note that the following FAR clauses are cited within this clause: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment. 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations. 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). EPAAR 1552.211-79 Compliance with EPA Policies for Information Resources Management. (OCT 2000) EPAAR 1552.233-70 Notice of filing requirements for agency protests. (JUL 1999) NOTES TO QUOTERS The following information should be submitted with your quote: 1. Price quotes 2. Technical submission requirements 2. Completed FAR provision 52.212-3. If vendor has completed ORCA representations just confirmation of representations available through ORCA is acceptable. All questions regarding this solicitation shall be submitted in writing via email to: parker.ryan@epa.gov Quotes are due by email to: Ryan Parker at parker.ryan@epa.gov on or before 4:00 pm local time (Philadelphia, PA) on January 3, 2012. Quoting via E-mail - due to firewalls and security protocols it is recommended that quotes be emailed at least 30 minutes prior to closing. Also please note that zipped files will not pass through our firewalls. Please send quotes via PDF, Word, or WORD PERFECT. If this is a problem please contact the undersigned immediately. Firms are instructed to contact Ryan Parker via email within one business day of submitting their quote to confirm Government receipt of a quote package if they do not receive a previous confirmation of receipt. Due to email and server limitations, please limit the size of each email to no more than 10 MB. If the files size is larger please send files in separate emails. All emails must be received before the closing date and time for the quote to be timely Failure to submit a complete quote by the time and date established may result in the quote not being considered. NOTE: Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of a quote, the quoter acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the quoter does not become registered in the CCR database in a reasonable time as determined by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Quoter. Quoters may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/3PM10/RFQ-PA-12-00009/listing.html)
 
Place of Performance
Address: U.S Environmental Protection Agency, Environmental Science Center, 701 Mapes Road, Fort Meade, Maryland, 20755-5350, United States
Zip Code: 20755-5350
 
Record
SN02642253-W 20111222/111220234056-45c5b5a38893c24c7d16b808b7e8cb44 (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.