Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2014 FBO #4535
SOLICITATION NOTICE

66 -- TOC ANALYZER

Notice Date
4/23/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
RML-RFQ-5-14006
 
Archive Date
5/22/2014
 
Point of Contact
Peggy S. Schott, Phone: 406-375-9815
 
E-Mail Address
margaret.schott@nih.gov
(margaret.schott@nih.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is being issued as a request for quotation. Submit offers to RML-RFQ-5-14006. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 dated 01/30/2014. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 334516 and the small business size is 500. SCHEDULE: The Rocky Mountain Laboratories Office of Operations Management/Office of Environmental and Radiation Services section has a requirement for a Total Organic Carbon (TOC) analyzer on RML campus. This requirement must be a lease with option to buy. The period of performance for this contract will consist of one (1) twelve month base period and one (1) twelve month option year with option to buy at the end of either lease period. Quotes must include lease pricing for the base year and the 1 additional option year plus the end cost to purchase the TOC analyzer unit. Delivery location is Rocky Mountain Laboratories, 903 S. 4 th Street, Hamilton, MT 59840. The Contractor shall lease the TOC Analyzer to RML and provide services for maintaining the equipment through a maintenance agreement for the lease period as well. The maintenance agreement should include labor and parts, excluding any consumables. Quotes must state any material charges, fuel surcharges or other fees for each year. Please quote pricing for the equipment, maintenance agreement, and any other fees that would be associated with the one year lease with option to buy and maintenance agreement for the TOC analyzer. Quote must include lease payment amounts (monthly, quarterly, or annual), percentage or amount of payment that will apply to optional purchase of equipment, and total cost of the equipment. Specifications for the TOC analyzer are attached. Inside Delivery location is Rocky Mountain Laboratories, 903 S. 4 th Street, Hamilton, MT 59840 Building 29. The following FAR provisions and clauses apply to this acquisition: (B)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation ( www.sam.gov ); FAR52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011); FAR52.222-3 Convict Labor; FAR52.222-19 Child Labor Cooperation with Authorities and Remedies; FAR52.222-21 Prohibition of Segregated Facilities; FAR52-222-26 Equal Opportunity; FAR52.555-36 Affirmative Action for workers with Disabilities; FAR52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR52.225-13 Restrictions on Certain Foreign Purchases; FAR52.225-1 Buy American Act-Supplies FAR52.232-33 Payment by Electronic Funds Transfer-System for Award Management. HHSAR 3 52.222-70 Contractor cooperation in equal employment opportunity investigations. As prescribed in 322.810(h), the Contracting Officer shall insert the following clause: Contractor Cooperation in Equal Employment Opportunity Investigations (January 2010) (a) In addition to complying with the clause in FAR 52.222-26, Equal Opportunity, the Contractor shall, in good faith, cooperate with the Department of Health and Human Services (Agency) in investigations of Equal Employment Opportunity (EEO) complaints processed pursuant to 29 C.F.R. Part 1614. For purposes of this clause, the following definitions apply: (1) "Complaint" means a formal or informal complaint that has been lodged with Agency management, Agency EEO officials, the Equal Employment Opportunity Commission (EEOC), or a court of competent jurisdiction. (2) "Contractor employee" means all current Contractor employees who work or worked under this contract. The term also includes current employees of subcontractors who work or worked under this contract. In the case of Contractor and subcontractor employees, who worked under this contract, but who are no longer employed by the Contractor or subcontractor, or who have been assigned to another entity within the Contractor's or subcontractor's organization, the Contractor shall provide the Agency with that employee's last known mailing address, e-mail address, and telephone number, if that employee has been identified as a witness in an EEO complaint or investigation. (3) "Good faith cooperation" cited in paragraph (a) includes, but is not limited to, making Contractor employees available for: (i) formal and informal interviews by EEO counselors or other Agency officials processing EEO complaints; (ii) formal or informal interviews by EEO investigators charged with investigating complaints of unlawful discrimination filed by federal employees; (iii) reviewing and signing appropriate affidavits or declarations summarizing statements provided by such Contractor employees during the course of EEO investigations; (iv) producing documents requested by EEO counselors, EEO investigators, Agency employees, or the EEOC in connection with a pending EEO complaint; and (v) preparing for and providing testimony in hearings before the EEOC and U.S. District Court. (b) The Contractor shall include the provisions of this clause in all subcontract solicitations and subcontracts awarded at any tier under this contract. (c) Failure on the part of the Contractor or its subcontractors to comply with the terms of this clause may be grounds for the Contracting Officer to terminate this contract for default. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall have posted their FAR 52.212-3 Offerors Representations and Certifications Commercial Items at website http://www.sam.gov. Award will be based on the capability of the item offered to meet the above stated salient characteristics, price, past performance, delivery, warranty, and the best value to the government. Offers may be mailed to Peggy Schott at Rocky Mountain Laboratories, 903 S. 4 th Street, Hamilton, Mt 59840, faxed to the POC indicated above fax - 406-363-9288, or e-mailed at margaret.schott@nih.gov. Offers must be submitted not later than 4:30 PM (MST) 05/07/2014. Copies of the above-referenced clauses are available from https://www.acquisition.gov/far/ or upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency. Specifications: 1. TOC Analyzer must utilize UV-Persulfate Oxidation Technique. 2. TOC Analyzer must have Membrane-Conductometric Detection technology. 3. TOC Analyzer must offer a detection range of 0.03ppb to 50,000ppb C. 4. TOC Analyzer calibration must be typically stable for 12 months. 5. TOC Analyzer must have touch-screen interface and not require external keyboard or mouse for standalone operation without an Autosampler. 6. TOC Analyzer with Autosampler must be able to be controlled via connection to external computer. 7. TOC Analyzer must have capability for sampling 40mL vials for calibration/verification without the use of an Autosampler. 8. TOC Analyzer must have capability for making grab measurements without an Autosampler, as well as measurements with Autosampler. 9. TOC Analyzer must have 1 USB port. 10. TOC Analyzer must have 1 printer port. 11. TOC Analyzer must be able to handle samples ranging in temperature from 1 to 95º C. 12. TOC Analyzer must be able to automatically adjust reagent chemical dosage, depending on the concentration of sample being tested. 13. TOC Analyzer must be able to optionally export sample results in CSV format. 14. TOC Analyzer must NOT require carrier gases. 15. TOC Analyzer must NOT use external chemicals or reagents for operation. 16. The TOC Analyzer must NOT require daily or weekly scheduled maintenance. 17. TOC Analyzer must NOT employ NDIR detection. 18. TOC Analyzer must NOT require metal catalysts for operation. 19. TOC Analyzer must NOT necessitate the use of a high temperature furnace. 20. TOC Analyzer must NOT necessitate a warm-up period when running samples after powering up the analyzer or starting from IDLE mode. 21. TOC Analyzer must be manufactured in the United States.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RML-RFQ-5-14006/listing.html)
 
Place of Performance
Address: 903 South 4th Street, Hamilton, Montana, 59840, United States
Zip Code: 59840
 
Record
SN03346995-W 20140425/140423235553-76d01f0af5824c768ad60809849e46e4 (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.