Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 3,2000 PSA#2656

Bureau of Reclamation, Yuma Area Office, 7301 Calle Agua Salada, Yuma, Az85364

66 -- TOTAL ORGANIC CARBON ANALYZER FOR YUMA AREA OFFICE, YUMA AZ SOL 00SQ340257 DUE 081400 POC Myra Cordero, 520-343-8134, fax: 520-343-8568 E-MAIL: e-mail address for Contracting Officer, mcordero@lc.usbr.gov. This is a combination 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 a written solicitation will not be issued. The solicitation number 00-SQ-34-0257 is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. This is a Small Business Set-Aside. SIC is 5049. Standard Size is 500 employees. The Bureau of Reclamation has a requirement for one Total Organic Carbon Analyzer. The TOC Aanalyzer will be used for the chemical analysis of water samples at the Yuma Area Office, Bureau of Reclamation, Yuma, AZ. COMMON NOMENCLATURE: TC implies Total Carbon; TOC implies Total Organic Carbon; TIC implies Total Inorganic Carbon; NPOC implies Nonpurgeable Organic Carbon; QC implies Quality Control protocol and procedures; QA implies Quality Assurance protocol and measures; E.P.A. implies Environmental Protection Agency; Analyzer refers to the TOC analyzer with autosampler, pumps, detector equipment, software and supplies required in order to have a working analyzer exclusive of the computer, video screen and chemical reagents or standards; LIMS (USA) Incorporated's information management system is abbreviated by LIMS; Government refers to the Bureau of Reclamation, Yuma Area Office. MATERIALS: Shall be constructed with materials in accordance with that which is typical in the laboratory analytical equipment industry. All components in contact with samples or reagents shall be borosilicate glass or teflon, except for tubing which shall be teflon. ELECTRICAL DATA: Power supply for system shall be 115 to 120 volts, 60 Hz, single phase. PRINCIPLES OF OPERATIONS: Chemistry methods shall be based on current Standard Methods edition, Method No. 5310C and EPA Methods 415.1 and 9060. Analyzer must be able to use preservative acids at levels required by the listed methods. These acids include hydrochloric acid and sulfuric acid. Method chemistries shall be based on analysis of aqueous samples by ultraviolet/persulfate oxidation or heated persulfate oxidation with nondispersive infrared detection. Analyzer shall be controlled by a computer with Windows based software to automate analyses, to calibrate the analyzer, to evaluate quality control data and to print data. Software should provide for formatting the data in a text, spreadsheet or similar file for exporting to a LIMS system. Analyzer must be capable of measuring TOC, Nonpurgeable Organic Carbon (NPOC), Total Carbon (TC) and Total Inorganic Carbon (TIC). Analyzer must be able to measure TOC values at or less than 0.01 mg/L as carbon; a dual range analyzer is acceptable. Software for analyzer control and other cited functions shall be included with the analyzer. Analyzer must have as an available option for later addition to the analyzer, TOC solids analyzer equipment (combustion method). EQUIPMENT PROVIDED: Software as specified to control the analyzer, acquire data, generate reports, provide for QA/QC of samples and format data into an exportable computer file to LIMS. All specific (TOC equipment required) computer electronic boards, if any, and cables to connect the TOC analyzer to a Government supplied computer. Analyzer with all components as specified for the analysis of TOC and other analytes as specified. All supplies required to initially setup, demonstrate and train laboratory personnel on the analyzer operations, including if required to operate the analyzer, gas regulator(s), connectors, tubing, fittings, sample analysis vials, syringes, and related supplies. GOVERNMENT SUPPLIED EQUIPMENT AND SUPPLIES: The Government will supply a late model computer with Windows software, a color monitor and a printer to operate the TOC analyzer. The Government will supply, TOC standards, preservative acids, chemicals and reagents required by the methods cited, gases, distilled deionized water, and a suitable, air conditioned laboratory with bench space, electrical power supply, water drains and related laboratory supplies to support the operations of the TOC analyzer. RESTRICTIVE ENVIRONMENTAL CONDITIONS: Analyzer shall work in an air conditioned building between 65 -- 85 C (degrees Celsius). Humidity between 5 -- 70 percent (%) relative humidity shall not affect the analyzer. TRAINING: Contractor shall provide training for four (4) laboratory personnel onsite for 8 hours. Training shall cover analyzer operations, basic analyzer maintenance and troubleshooting procedures. This training time does not include analyzer setup and validation time. Training shall be scheduled 1 week after award of purchase order. The schedule is subject to approval by the Government. INSTALLATION AND INSTRUMENT VALIDATION: Installation shall be done by the vendor onsite in the Yuma Area Office, Yuma AZ. Instrument validation shall consist of instrument calibration and an analysis run of 15 samples with an instrument check standard every 5 samples, a duplicate sample every 5 samples and a second source standard at the start of the start of the analysis run. Pass criteria consists of 100 +/- (plus or minus) 5 percent for instrument check standards and second source standards, and duplicate precision of +/- (plus or minus) 5 percent on samples with a TOC value of approximately 1.0 to 3.0 mg/L. SUBMITTALS: Contractor shall provide a list of equipment, supplies, and computer software including MSDS sheets for any chemicals or reagents to be provided with the bid/quote. MANUALS: Contractor shall provide two (2) copies of the operations and maintenance manuals, including any software/hardware manuals for computer programs 1 week prior to shipment of the analyzer. FOB is Destination. Delivery shall be made to the Bureau of Reclamation, Yuma Area Office, 7301 Calle Agua Salada, Yuma, AZ 85364. The provisions at FAR 52.212-1, Instructions to Offerors -- Commercial Items, applies to this acquisition; 52.212-2 Evaluation -- Commercial Items -- (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) price (ii) technical capability of the item offered to meet the Governments requirement; and (iii) past performance (see FAR 15.304). Technical capability is considered to be ability to meet the minimum requirements. Technical and past performance when combined, are equal to cost/price. Bidders shall submit the following 4 items with their quote: 1 A list of three (3) relevant and recent references for past performance evaluation, the list shall include Name of Firm, Contact person, Phone number, and contract/purchase order number and date(s) supplies were provided; 2 A brochure, specifications, or literature of the proposed item; 3 A copy of the standard customary commercial warranty for the proposed item. Offerors shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items with its offer. The clause at FAR 52.212-4 Terms and Conditions -- Commercial Items is applicable to this acquisition. FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items applies to this acquisition with the following clauses applicable (11), (12), (13), (14), (15), (16), (17), (23) and (c)(1) 52.222-41; and 52.214-21, Descriptive Literature. These clauses are incorporated by reference and a full text of any clause may be accessed electronically at the following address http://www.arnet.gov/far. Interested parties must submit those items identified in this synopsis/solicitation to Myra Cordero at the address above within 10 calendar days of this notice. See Note 1. Posted 08/01/00 (W-SN480773). (0214)

Loren Data Corp. http://www.ld.com (SYN# 0167 20000803\66-0009.SOL)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |


Created on August 1, 2000 by Loren Data Corp. -- info@ld.com