Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2012 FBO #3891
SOLICITATION NOTICE

66 -- Membrane Introduction Mass Spectrometer (MIMS)

Notice Date
7/18/2012
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
CPODUS Environmental Protection Agency26 West Martin Luther King DriveMail Code: NWDCincinnatiOH45268USA
 
ZIP Code
00000
 
Solicitation Number
RFQ-OH-12-00092
 
Response Due
8/3/2012
 
Archive Date
9/2/2012
 
Point of Contact
Scott Tharp
 
E-Mail Address
Tharp.Scott@epa.gov
(Tharp.Scott@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Environmental Protection Agency (EPA), Office of Research and Development (ORD), National Risk Management Research Laboratory (NRMRL) has a requirement for a Membrane Introduction Mass Spectrometer, with the specifications listed below. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Refer to RFQ-OH-12-00092 when responding to this request. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. This is a Full and Open Competitive Acquisition. The NAICS code is 334516, the size standard for which is 500 Employees. EPA requires a Membrane Introduction Mass Spectrometer (MIMS) for analysis of chloramines in water samples. Emphasis is placed on the mono and dichloramine species. However an instrument that provides tri-chloramine quantification would strengthen a specific instruments technical evaluation. The instrument shall meet the following minimum specifications: (1) Target Detection Limit: 0.5 mg/L monochloramine (based on EPA Method Detection Limit Calculation Methodologies); (2) Accurate Quantification: Optimal: 90-110% recovery of mono and di- chloramine in a drinking water matrix. Acceptable: 80%-120% recovery of mono and di-chloramine in a drinking water matrix; (3) Appropriate Laptop computer for controlling the instrument and data collection. Software for controlling the instrument, data collection, and data processing; (4) Onsite installation and demonstration that all specifications are met in the EPA Laboratory after installation. If specifications are not met, the contractor shall repair or replace component(s) or entire system and re-run demonstration of specification compliance; (5) OnSite Training (1 Day minimum); (6) Warranty: On-site maintenance and/or repair for 1 year following EPA acceptance after installation; (7) Other general performance specifications include the following: (a) Precision (coefficient of variance) of dissolved N2, O2, and Ar measurements: 0.3%; (b) Precision (coefficient of variance) of N2/Ar and O2/Ar gas ratios measurements: 0.05%; (c) The ability to perform isotope ratio measurements on dissolved N2 and O2 (e.g. 15N/14N and 18O/16O); (d) Ability to achieve a stable measurement of dissolved gases in aqueous samples at ambient (natural) environmental concentrations with volumes as small as 10 mL. The ability of the instrument to meet the specification of this sample volume is a critical factor. Quotes must explicitly state their instruments ability to meet the sample volume specification; (e) Since one intent of this instrument is to analyze dissolved oxidant species common to drinking water treatment, any performance data showing the ability to measure species such as dissolved Cl2, HOCl, NH2Cl, NHCl2, NCl3, and ozone at the 0.1 to 1.0 uM range (or below) will strengthen a specific instruments technical evaluation. (8) Instruments shall include all necessary accessory components to perform dissolved gas analyses including, but not limited to: (a) 1-300 amu quadrupole mass spectrometer system; (b) Chiller/water bath with 0.01 ?C stability and temperature control; (c) Sample inlet systems inclusive of all membranes, tubing, valves, and dewers; (d) Sample pumps, if required; (e) Two (2) extra membranes; (f) Additional inlet configurations, if available. The instrument shall be delivered to the EPA National Risk Management Research Laboratory (NRMRL) located at Cincinnati, OH within 60 calendar days after receipt of award. The F.O.B. point shall be Destination. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is applicable and the specific evaluation criteria are as follows: (1) Technical acceptability of the instrument offered to meet the Government's requirements and (2) price. Award will be made on a best-value basis based on the response most advantageous to the Government, price and other factors considered. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. This provision may be found on the Internet at the following site: http://www.acquisition.gov/far/ Clause FAR 52.212-4, Contract Terms and Conditions-Comm ercial Items, applies to this acquisition. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under FAR 52.212-5 paragraph (b), the following additional clauses apply to this acquisition: FAR 52.222-50 Combating Trafficking in Persons; 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10 Prohibition of Contracting With Inverted Domestic Corporations; 52.222-3 Convict Labor; 52-222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26-Equal Opportunity; 52.222-35 Equal Opportunity for Veterans; 52.222-36-Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-3 Buy American-Act-Free Trade Agreements-Israeli Trade Act; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Offerors shall submit (1) one copy of their firm-fixed-price quote, referencing RFQ-OH-12-00092, no later than Friday, August 3, 2012 at 2:00 PM ET to Scott Tharp via email as follows: tharp.scott@epa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/RFQ-OH-12-00092/listing.html)
 
Record
SN02807308-W 20120720/120718235705-8cc1a42922dd1b701ee311f459e7d9bb (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.