Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 24, 2000 PSA #2733
SOLICITATIONS

66 -- 00 TOC ANALYZER

Notice Date
November 21, 2000
Contracting Office
USDA-ARS-National Animal Disease Center, 2300 Dayton Avenue, P.O. Box 70, Ames, IA 50010
ZIP Code
50010
Solicitation Number
01-01
Response Due
December 11, 2000
Point of Contact
Mary Welch 515-663-7415 fax 515-663-7482
Description
The USDA, National Soil Tilth Laboratory has a requirement to purchase a TOC Analyzer,software,autosampler,septum piercing/non sparging needle,and consumable kit This is a combined synopsis/solicitation for a commercial items, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as Request for Quotation (RFQ) 01-01. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-46. This solicitation is under the Simplified Acquisition Procedure (SAP) and is a Small Business-Small Purchase Set-Aside. The Standard Industriial Classification (SIC) code is 3826 and the Business Size Standard is 500 employees. This will be a firm-fixed price contract. THE ITEMS YOU ARE OFFERING MUST MEET OR EXCEED THE FOLLOWING SALIENT CHARACTERISTICS. CLIN 001: UV-Persulfate TOC Analyzer (115V) includes NDIR, IC and UV chamber flowmeters, reagent bottles, and operation manual (14-7045-200) 2) TOC Talk Software w/workstation (14-7046-000) 3) Auto Sampler, which includes two (35) position sample racks for 40ml VOA vials (28mm X 95 mm), rinse station, tubing, non-septum piercing sipper tube and cables. (14-7046-000) 4) septum piercing/non sparging needle for 0.1 mm particulates (14-7047-000) 5) consumable kit which includes: various septa, (57), fittings (35), ferrules (10), bushings (25), teflon washers (350),permeation dryer (2), UV lamp O-rings (4), sparge tubes (3), tin, copper, quatz wool and teflon tubing. (14-7047-000) Quoting on Tekmar-Dohrmann or equal. TECHNICAL SPECIFICATIONS: System must provide capability for separate automated analysis of inorganic carbon (carbonate and bicarbonate), organic carbon (non-purgeable dissolved organic C {NPOC}, and total C in aqueous samples. the system must be capable of these analyses in stream water, aqueous soil extracts and groundwater. THE SYSTEM MUST INCLUDE: *Use of EPA-accepted analytical methods using UV-persulfate/Non-Dispersive Infrared (NDIR) detector for dissolved C analysis, with a range of 2 ppb to 10,000 ppm C. Single sample analysis of NPOC through removal of inorganic C prior to direct analysis of NPOC. System rinsing or other methods to prevent cross contamination must be part of the analysis. Variable injection volume selection necessary form 0.5 ml up to 20ml. *Autosampler capable of holding 20, 40, 50, or 125 ml volumes (depending upon rack configuration) and transfer of sample directly to the analyzer. Sample rinse capability required. Autosampler capable of being modified for vial septum piercing. *Computerized instrument and autosampler control and sample tracking capabilities, including application-specific methods and methods storage in memory. The computer should be equivalent to a Dell GX110 with a Pentium III processor, 733 MHz, 128 Mb Non-ECC Sdram, 10 Gb hard drive, 1.44 Mb floppy drive 20/43x CD. rom, Windows 98, integrated intel 3D graphics w/direct AGP & 4Mb display cache, monitor, mouse and keyboard. *Computerized data handling, including: Construction and use of multipoint calibration curves and blanks for data analysis; Diagnostic screen and NDIR, IC and UV chamber gas flow metering; Real time display of calibration standards and sample results; Transfer of data to conventional spreadsheets (excel, Lotus and Quattro). Warranty (not extended) QUOTERS SHALL SUBMIT MANUFACTURER'S DATA, DESCRIPTIVE MATERIAL, OR OTHER INFORMATION ON THE EQUIPMENT TO BE FURNISHED UNDER THIS REQUEST FOR QUOTATIONS, PER FAR 13.106.2. Award will be made to ensure that the purchase is the most advantageous and of the best value to the Government; based on the following evaluation factors. The Government will select the factors considered to be significant to this purchase: 1)Technical Capability of the item/s offered to meet the Government's requirement; 2)Price; 3) Past Performance; 4) Warranty conditions; 5) Maintenance Availability; 6) QULTITY REFERENCE OF THREE (3) FIRMS FOR WHICH YOU HAVE PROVIDED SIMILAR EQUIPMENT ARE REQUESTED. These will be used in the evaluation process. Delivery can be made with 30-45 days ARO. Quoters must quote F.O.B. destination price. (MEANING THE GOVERNMENT DOES NOT PAY ANY SHIPPING OR HANDLING CHARGES) Equipment to be delivered to the following address: USDA/ARS/NSTL, 2150 PAMMEL DRIVE, AMES IA, 50011. The provisions in 52-212-1 Instructions to Offerors -- Commercial Items, 51.212-4, Contract Terms and Conditions -- -Commercial Items, 52-212-5, Contract Terms and Conditions required to implement statutes or Executive Orders -- -Commercial Items apply to this acquisition. Offerors must include a completed copy of the Provision of 52.212-3 Offeror Representations and Certifications -- Commercial Items, with its offer. See Note 1
Record
Loren Data Corp. 20001124/66SOL004.HTM (W-326 SN507207)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on November 21, 2000 by Loren Data Corp. -- info@ld.com