SOLICITATION NOTICE
66 -- PORTABLE X-RAY FLUORESCENCE (XRF) SAMPLE ANALYZER
- Notice Date
- 10/13/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Environmental Protection Agency, Ord Service Center/Nerl, Rtp Procurement Operations Division, Research Triangle Park, NC 27711
- ZIP Code
- 27711
- Solicitation Number
- RFQ-RT-05-00017
- Response Due
- 10/25/2004
- Archive Date
- 11/25/2004
- Description
- NAICS Code: 334516 THIS IS A COMBINED 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. QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is RFQ-RT-05-00 017 and the solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24. The associated North Industry Classification System (NAICS) is 334516 and the size business size standard is 500 employees. Full and open competition procedures will be utilized. A firm, fixed price purchase order using Simplified Acquisition Procedures is anticipated to result from the award of this solicitation. This procurement is for a portable X-ray fluorescence (XRF) sample analyzer. Statement of Work: (1)The system must have the following characteristics and meet the following specifications: a miniaturized X-ray tube; be portable; capable of analyzing both thin and bulk samples; have an integrated bar code scanner; remote control operation via personal computer. (2) Bulk samples: Bulk samples include samples such as soils and bulk dusts. The stated detection limits must be calculated at the 99.7% confidence level; Standard Reference Material (SRM) 2711, a characterized real world soil available from the National Institute of Standards and Technology, is the required material for the detection limit evaluation for the bulk sample mode. This requirement is a result of both the samples matrix as well as elements in the real world sample impacting the detection limits: Detection limits for a 60 second to be no greater than; As 25mg/kg; Cd75mg/kg; Cr 75 mg/kg; Cu 100 mg/kg; Pb 30 mg/kg. (3) Thin samples: Thin samples include samples such such as dust wipes. The stated detection limits must be calculated at the 99.7% confidence level; A thin substrate such as Mylar is an acceptable material for detection limit evaluation for the thin sample mode; Detection limits for a 60 second test time are required to be no greater than: As 1.0 ug/cm2; Cr 1.0 ug.cm2; Cu 1.0 ug/cm2;; Mn 1.0 ug/cm2; Pb 2.0 UG/cm2. The sample analyzer is required to be provided with the sampling and preparation accessories for both the thin and bulk samples. (4) Delivered fob destination, RTP,NC. : The Government intends to award a single purchase order to responsible offeror whose quotation represents the best overall value to the Government. Quotations must include sufficient material (such as narrative technical specifications, drawings, photos, brochures, demo disks, videos, etc.) to permit the government to determine that the proposed instrument will meet the requirements in the Statement of work. Any specific variances from specification shall be addressed by the offeror with respect to how the offeror's proposal provides alternative equivalence. Failure of an offeror to demonstrate that the proposed instrument will meet the Statement of Work shall render the offeror ineligible for further consideration for award. The Government reserves the right to require additional pricing information if necessary to determine that the proposed price is reasonable. Technical, past performance and price are of equal important. The following FAR provisions shall apply to this solicitation: 52-212-1, Instructions to Offerors--Commercial Items. All offerors are to include with their offer a completed copy of provision 52.212-3, Offeror Representations and Certifications--Commercial Items. The following FAR clause applies to this acquisition: 52.212-4, Contract Terms and Conditions--Commercial Items. The following additional FAR clauses which are cited in Clause 52.212-5 are applicable to the acquisition: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.2225-1, Buy American Act--Balance of Payments Program-Supplies; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. A completed Representations and Certifications must be included with the price quote. COMMERCIAL BUY CLAUSES AND FORMS are provided for your convenience on EPA's website at the following address: http://www.epa.gov/oam/rtp_cmd. Please submit quote to Pamela E. Smith, Purchasing Agent, U.S. Environmental Protection Agency, RTP Procurement Operations Division, Research Triangle Park, NC. 27711. Courier delivery address is U.S. Environmental Protection Agency, Attn: Pamela E. Smith (E105-02), RTP Procurement Operations Division, 4930 Page Road, Research Triangle Park, NC 27703. All offers are due by October 25, 2004, 4:30 p.m., quotes can be faxed to: (919) 541-1075 or e-mailed to smith.pamela@epa.gov.
- Record
- SN00693651-W 20041015/041013212156 (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 |