MODIFICATION
66 -- Mercury Analyzer
- Notice Date
- 7/11/2012
- Notice Type
- Modification/Amendment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Region 5US Environmental Protection Agency77 West Jackson BoulevardChicagoIL60604-3507USA
- ZIP Code
- 00000
- Solicitation Number
- PR-R5-12-00559
- Response Due
- 7/9/2012
- Archive Date
- 8/8/2012
- Point of Contact
- Michael Dunneback, Phone: 312-886-7523
- E-Mail Address
-
dunneback.michael@epa.gov
(dunneback.michael@epa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- NAICS Code: 334516. 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; quotations are being requested and a written solicitation will not be issued. The United States Environmental Protection Agency (USEPA), Region 5, has a requirement for one (1) Quicktrace M-7600 Mercury Analyzer and accessories. All items are a quantity of one (1) unless otherwise stated. The US EPA will review submissions of alternative items to those listed below. Item(s): 1. Quicktrace M-7600 Cold Vapor Atomic Absorption Mercury Analyzer 2. Standard ASX-520 Autosampler MAS version 3. ENC 500 autodilutor version 4. HEPA Filter for the ENC 500 5. Computer and monitor with Windows 7 and software compatible with LIMS systems 6. Installation The items must meet the following salient characteristics: 1. Provide a fully automated mercury analyzer capable of determining total mercury in soils, sediments, and liquids 2. The instrument system must be capable of analyzing samples for mercury by EPA Method 245.1, 245.5, SW846 Method 7470 and SW846-7471. 3. The instrument system shall provide for automated sample introduction for analysis by means of an auto-sampler and atomic absorption spectrophotometric determination of mercury at 253.7 nm, data collection, and report generation. 4. The auto-sampler must not be integrated into the analyzer and should easily detach from the system. 5. The system shall operate in such a manner that minimizes carry over and protects against samples with high mercury concentration. 6. Minimum sample volume shall be 0.5 mL. 7. The detector shall have sufficient resolution and readability of 0.1 ppb with stable baseline. 8. The software used shall be compatible with other Windows-based spreadsheets or word processing for report generations and LIMS connectivity. The US EPA intends to award a Firm-Fixed-Price purchase order using FAR Part 13 Simplified Acquisition Procedures. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-58. The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is incorporated and the Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government and price. The quote must demonstrate an understanding of the requirement and the ability to meet the specifications. General statements that the offeror can or will comply with the requirements, that standard procedures will be used, that well-known techniques will be used, or paraphrases the RFQ specifications in whole or in part will not constitute compliance with this requirement concerning the content of the technical proposal. The offeror must complete and submit with its quote, FAR 52.212-3 Offers Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition: (1) 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (JUL 1995); (2) 52.219-8, Utilization of Small Business Concerns (Oct 2000); (3) 52.219-14, Limitations on Subcontracting (DEC 1996); (4) 52.222-21 Prohibition of Segregated Facilities (Feb 1999); (5) 52.222-26 Equal Opportunity (APR 2002); (6) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); (7) 52.222-36 Affirmative Action for Workers and Disabilities (JUN 1998); (8) 52.222-37 Employment Re ports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); (9) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (SEP 2002) (10) 52.225-13 Restrictions on Certain Foreign Purchases (JUL 2000) (11) 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (MAY 1999). CCR Requirement: Potential offerors must be registered in the Central Contractor Registration (CCR). Quotes must be priced on a rate per year for each item. Quotes must include all items. Any vendor believing it capable of meeting the brand name or equal requirement may submit such documentation to the point of contact by Thursday, July 12, 2012 at 4:30 p.m. central time. CCR Requirement, potential offerors must be registered in the Central Contractor Registration (CCR). If offeror is not registered in CCR, offeror may do so by going to CCR web site at http://www.ccr.gov. For additional information regarding this procurement, contact Mr. Michael Dunneback by e-mail at dunneback.michael@epa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/MMC-10J/PR-R5-12-00559/listing.html)
- Record
- SN02799346-W 20120713/120711235236-bfb94b6b45182b6ae7b21aa1dd0e3868 (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 |