Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2002 FBO #0300
SOLICITATION NOTICE

66 -- COMBINED SYNOPSIS/SOLICITATION - TOTAL ORGANIC CARBON ANALYZER

Notice Date
9/26/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Ord Service Center, 26 West Martin Luther King Drive, Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
RFQ-OH-02-00276
 
Point of Contact
Point of Contact, Joshua Bowers, Purchasing Agent, Phone (513) 487-2104
 
E-Mail Address
Email your questions to U.S. Environmental Protection Agency
(bowers.joshua@epa.gov)
 
Description
NAICS Code: 334516 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. Solicitation number RFQ-OH-02-00276 is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-07. This acquisition is a 100% small business set aside. The NAICS code is 334516, the size standard for which is 500 employees. System And Performance Specifications for a TOC (UV-Promoted Sodium Persulfate Technique) Carbon Analyzer General System Requirements: The Total Organic Carbon (TOC) system shall be capable of directly measuring TOC by the UV-promoted sodium persulfate technique. The system shall be capable of a low detection limit (2 ug/L), low carryover, and a low instrument blank. The TOC analyzer shall be capable of analyzing drinking water, surface water, and ground water. The system shall have an auto-sampler which uses an automatic syringe injection system capable of measuring sample sizes from 500 ml to 20 ml. Instrument Specifications: The TOC analyzer shall have the following specifications: 1. The analyzer shall use Oxidation by UV-Persulfate to obtain a direct measurement of TOC. The analyzer shall also be capable of producing measurements for Total Carbon (TC) and Total Inorganic Carbon (TIC). 2. The detector shall be a nonlinear, nondispersive infrared detector. 3. The analyzer shall have a detection capability of 2 ug/L-10, 000 mg/L TOC. 4. The analyzer shall provide a dilution method for the range of 200 mg/L to 10, 000-mg/L TOC in samples. 5. The analyzer shall have an automatic syringe injection with the auto-sampler. 6. The analyzer shall be controlled by a PC interface through Microsoft Windows-2000 or Windows-NT based software. 7. Prior to analysis, the sample information shall be able to be entered via a computer system, either on the instrument or through an interface from a PC with a platform of MS Windows-98 or above. Following analysis, the data system shall be capable of generating a report in MS Excel-acceptable format with the sample information, run date, run time, auto-sampler run sequence, and the result of the analysis for the particular form of carbon measured and in the correct concentration units. 8. The analyzer workstation shall be based, as a minimum, on a Pentium-III 1.5 GHz processor, with a 40-Gb hard drive, 256Mb SDRAM, 32X+ CD-ROM (CD-RX or DVD optional), 1.44-Mb 3.5" diskette drive, 2 serial ports, 1 parallel port, 2 PCI slots, 2 USB ports, bus mouse, and a 17" high resolution monitor. For archival storage of data, the system shall be equipped with an internal (second) CD-Rewriteable drive. General Items Shall Include: The contractor shall provide a one-year warranty, commencing from the date of the system acceptance, on all parts and labor. The contractor shall provide appropriate training for at least two individuals who will be operating the system. This training shall be provided on-site at the location of the owner/operator of the system being procured. The training shall be structured such that a 1-day period will provide adequate instruction for all operators. The training shall include all aspects of system operation, maintenance, and troubleshooting and be made available at reasonable time intervals. This training shall provide the user with the knowledge necessary to effectively operate the system in all modes for efficient analytical support. The contractor shall provide a complete set of all operator, maintenance and software manuals, including those covering all peripheral items. The contractor shall provide an initial supply of spare parts and consumables for installation and initial operation and checkout of the complete system. The instrument is to be installed at the Robert S. Kerr Environmental Research Center, 919 Kerr Research Drive, Room 123, Ada OK. The system shall be installed within 15 days after delivery at the location. Installation shall be performed by individuals employed by the contractor and certified by the contractor to be trained in the setup and operation of the instrumentation being installed. Required Delivery Schedule: The complete TOC system shall be delivered no more than 90 days after award. The system should be transported in packaging that eliminates the possibility of damage during shipment and be received in crating units such that movement to require location will not be hindered. Documentation: sufficient documentation to allow the user to understand how to properly operate and maintain the equipment All Items shall be delivered to the U.S. EPA Shipping and Receiving, 919 Kerr Research Drive, Ada, OK 74820 no later than 90 days after contract award. 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 acceptablility of the item offered to meet the Government's requirement and (2) price. Technical acceptability shall be evaluated on a pass or fail basis. Offers shall provide descriptive techncial literature in sufficient detail to demonstrate that the items offered meet the minimum requirements specified above. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. This clause may be found on the Internet at the following site: http://www.arnet.gov/far/. Clause FAR 52.212-4, Contract terms and Conditions-Commercial 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 52.215-5 paragraph (b), the following additional clauses apply to this acquisition: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-1, Buy American Act--Balance of Payments Program - Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-15, Sanctioned European Untion Country End Products; and FAR 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration. Offerors shall submit 2 copies of their quotations no later than Tuesday, October 15, 2002 to Mr. Josh Bowers as follows: via regular mail: U.S. EPA, Contracts Management Division, 26 West Martin Luther King Drive, Cincinnati, OH 45268, or via Express Mail/Hand Carry: U.S. EPA, 4411 Montgomery Road, Suite 300, Norwood, OH 45212. Faxed quotations are acceptable and may be sent to (513)487-2109. Quotations may sent electronically via e-mail to bowers.joshua@epa.gov. Questions or comments may be directed to Mr. Josh Bowers at (513-487-2104) or via e-mail at bowers.joshua@epa.gov.
 
Record
SN00176572-W 20020928/020926213807 (fbodaily.com)
 
Source
FedBizOpps.gov 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.