SOLICITATION NOTICE
66 -- GAS CHROMATOGRAPH WITH FIC AND AUTOSAMPLER
- Notice Date
- 7/23/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Midwest Area National Animal Disease Center, 2300 Dayton Avenue, Ames, IA, 50010, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- AG6125S07AA11
- Response Due
- 8/13/2007
- Archive Date
- 9/1/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items identified below, prepared in accordance with the format in FAR Subpart 12 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: offers are being requested and a written solicitation will not be issued. This solicitation number: AG-6125-07-AA11 is issued as a Request for Quotation (RFQ). This procurement shall be solicited under Simplified Acquisition Procedures (SAP) and is a Small-Business Set-Aside. The North American Industry Classification System Code (NAICS) code is 334516. The USDA-ARS-National Swine Research and Information Center, Ames, Iowa, has a requirement to purchase a GAS CHROMATOGRAPH SYSTEM WITH FLAME IONIZATION DETECTOR AND AUTOSAMPLER. Principle of Operation: The GC system must be capable of high through-put analysis including both automated large volume liquid and headspace and SPME (solid phase micro extraction) analysis. The GC system must have an FID (flame ionization detector) and capable of adding additional detectors. All system components and software must operate from a single PC. The GC system computer data softwares supplied by the vendor or compatible to existing ChemStation software will control all parameters and events during a run or run sequence and provide for the full processing of data generated by a combination of at least two detector signals. The software must be WindowsTM based. GC SYSTEM WITH FID DETECTOR: 1)The GC system must be new, 2)The GC system must be capable of both automated liquid (large and small volume), headspace (large and small volume) and SPME (solid phase microextraction) analysis or compatible with existing autosamplers (see below), 3)The GC system must include an robotic autosampler, 4)The GC must have a capillary split/splitless inlet with electronic pneumatic control, 5)The GC system must come with an FID detector, 6)The entire system must operate from a single PC using a true WindowsTM interface or capable of using existing upgradeable ChemStation software. COMPATIBILITY OF GC SYSTEM WITH EXISTING GC COMPONENTS. The GC system must be compatible with the following existing GC accessories: 1)Agilent 7683 series autosampler, 2)Chemstation Software for 6890N system. FUTURE CAPACITY: MUST be capable of upgrading to the following items: 1)Cryo-cooled inlet system equivalent to Gerstel, Inc. CIS 4, 2)Dynamic headspace component equivalent to the Dynamic headspace (DHS) produced by Gerstel, Inc. for the Combi Pal robotic autosamplers, 3)Thermal Desorption Unit component equivalent to TDU produced by Gerstel, Inc for Combi Pal robotic autosampler. MISCELLANEOUS: 1)All accessories, software discs (CD and or Diskette) and specialized tools required for the operation and necessary servicing of the instrument for a period of one year after completion of acceptance testing must be provided, 2)An operating manual, a service manual, operating software with licenses, and all electronic schematics and plumbing diagrams must be provided for all system components, 3)A copy of a complete list of spare parts, including prices must be provided, 4)A list of vendor's standard rates for time and travel of vendor's service personnel must be provided. PRICE TO INCLUDE DELIVERY AND INSTALLATION 1)The system must be operational for checkout within 10 days of delivery, 2)The system performance will be tested against the compounds of choice and also against the specifications listed before acceptance of the system, 3)Sufficient training time must be provided by the vendor to assure that staff members are fully familiar with the operation, maintenance, and software of the whole system. At a minimum, a day of on-site training will be provided for two chemists during installation. The vendor shall provide a written guarantee to meet the above general category and the above specifications with the quotation. The guarantee shall be for one year following acceptance of the system. The vendor must also show the cost for one full year of a service maintenance (after warranty expires) contract for a complete system. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Item; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In Paragraph (B) of 52.212-5, the following apply: 52.203-6 and 52.225-13. The above FAR clauses may be viewed in full text at www.acquisition.gov. All offerors must include copies of 52.212-3 (Representations and Certifications). Faxed quotations are acceptable to Denise Hill at fax number 1-515-663-7482 on or before August 13, 2007. All responses will be evaluated in order to determine the ability to meet the above stated capabilities. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include technical specifications, descriptive material, literature, brochures and other such information corresponding to each minimum required item, which demonstrates the capabilities of the offerors equipment. Offerors shall identify where the offered item meets or does not meet each of the Governments functional and performance minimum specifications listed herein. Offeror shall include references of three (3) firms for which similar equipment was provided. The anticipated award date is August 17, 2007. All responsible sources may submit a quotation which shall be considered by the Agency.
- Place of Performance
- Address: USDA-National Swine Research and Information Center 2150 Pammel Drive, Ames, Iowa
- Zip Code: 50010
- Country: UNITED STATES
- Zip Code: 50010
- Record
- SN01349191-W 20070725/070723220216 (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 |