Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2008 FBO #2421
SOLICITATION NOTICE

66 -- XRF Analyzer

Notice Date
7/11/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, Bureau of Land Management, Idaho Region, BLM-ID IDAHO STATE OFFICE* 1387 S VINNELL WAY BOISE ID 83709
 
ZIP Code
83709
 
Solicitation Number
DLQ080041
 
Response Due
7/28/2008
 
Archive Date
7/11/2009
 
Point of Contact
Patrica A. Fort Contract Specialist 2083733910 Pat_Fort@blm.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. Firm, fixed-price quotes are requested under Request for Quotation (RFQ) Solicitation number DLQ080041. This document incorporates provisions and clauses which are in effect through Federal Acquisition Circular (FAC) 2005-26. This solicitation is set-aside for Small Business under North American Industry Classification System (NAICS) code 334513. The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. Description/Specifications: Request for quote for one each Portable X-Ray Fluorescence (XRF) Analyzer. The quote shall also include the cost to accept and dispose of a Niton XL700 which includes two radioactive sources (Americium and Cadmium). The Analyzer must be capable of replacing the Personal Digital Assistant (PDA) with standard HP Ipaq and be Microsoft Operating System compatible and have technical support available. Salient Characteristics; The analyzer shall be a high-resolution X-ray tube with detector specifically designed for portable use. (No radioactive source is acceptable). Use of an X-ray tube will minimize or eliminate regulatory/licensing requirements. System shall be provided with a Removable and User Replaceable PDA based controller. System must have ability to interface with Global Positioning Systems (GPS). System must include battery pack and charger, and additional backup battery. Batteries must be able to provide 8 hours or more continuous use on a single charge. Data from the system must be easily downloadable to Pocket PC and personal computers. Radiation exposure, while shutter is open is not to exceed 0.09 mR/hour. System must be contained in a single, portable, self-contained unit. System can quantify at least 20 elements, including all RCRA elements, and provides quick screening of sludges and liquids, as well as unprepared soil samples. Ability to simultaneously analyze for: Ag, As, Ba, Cd, Cr, Cu, Fe, Hg, Mn, Mo, Ni, Pb, Sb, Se, Sn, Sr, Ti, Rb, U, Zn, and Zr. Analyzer must be able to comply with EPA method 6200. System shall be provide with an IP54 (NEMA 3) rated housing for analyzer and PDA controller. System shall have the full analytical results viewable from the back of the instrument. System shall be provided with both Soils and Minerals Fundamental Parameter (FP) standard less calibrations. System shall be provided with an Empirical Soils calibration using at least 20 standards covering RCRA elements. System shall be certified for use with EPA Method 6200 and CERCLA requirements System shall be capable of storing at least 50 additional empirical calibrations. System shall have software capable of displaying results with colorized and text based alarms at user definable settings. System shall be provided with a portable stand having ability to test bagged samples and sample cups. System shall be provided with 100 disposable sample containers and window film. System shall be provided with a holster and free-standing support. System shall be capable of transferring data to a PC via Bluetooth, Wi-Fi, removable memory card, or direct cable. System shall be provided with an integrated wireless or Bluetooth portable printer and data reporting software. FOB Destination. The line item numbers is: Line Item 0001, XRF Analyzer, 1 each Estimated Delivery Date: 08/29/2008 The delivery address is: Bureau of Land Management Idaho State Office 1387 S. Vinnell Way Boise, ID 83709 The FOB point will be destination. "FOB Destination" means that all costs for transportation or freight from the shipping point shall be paid by the Contractor and included in the unit price quoted for each item. The following provisions and clauses apply to this procurement: FAR 52.212-01 Instructions to Offerors - Commercial Items; FAR 52.212-02, Evaluation-Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision. Quotes will be evaluated on technical capability, price, and past performance with the level of importance of price and past performance being the same. Past performance will be based on the Contracting Officer's knowledge, contacting provided references, and other reasonable sources. FAR 52.212-03 Offeror Representations and Certifications - Commercial Items; FAR 52.212-04 Contract Terms and Conditions - Commercial Items; FAR 52.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (paragraph (b) following clauses apply; FAR 52.219-06; FAR 52.222-03; FAR 52.222-19; FAR 52.222-21; FAR 52.222-22; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-01; FAR 52.232-33); (paragraph (c) following clauses apply; FAR 52.222-41; FAR 52.222-42); FAR 52.204-07 Central Contractor Registration; FAR 52-211-05 Materials Requirements; FAR 52.211-06 Brand Name or Equal; FAR 52.223-03 Alt. 1 Hazardous Material Identification and Material Safety Data; FAR 52.223-06 Drug-Free Workplace; FAR 52.237-01 Site Visit, (A Site Visit will not be held). The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far or upon request to the Contracting Officer. Offerors must be registered, and must maintain an active registration in the Central Contractor Registration database found at http://www.ccr.gov and Online Representations and Certifications must be completed at http://orca.bpn.gov or completed copy of the FAR 52.212-03 clause must be submitted with the quote. Quotes shall be submitted in writing on company letterhead and must include the RFQ number, the company name, point of contract, address, phone number, fax number, DUNS number, the delivery period in terms of the number of weeks or days, the unit price, the extended price, and any prompt payment discount terms. If you need assistance with the IDEASEC website contact the helpdesk at 703-390-6633. Offers are due by close of business 07/28/2008. Fax quotes will be accepted at (208) 373-3915. For additional information contact Michael L. Willis, Contract Specialist at (208) 373-3911. All responsible offerors may submit a quotation that, if timely received, shall be considered for award.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c1091e7301002c8699755c161b5f64a6&tab=core&_cview=1)
 
Place of Performance
Address: See Delivery Address in Description
Zip Code: 83709
 
Record
SN01611937-W 20080713/080711220601-c1091e7301002c8699755c161b5f64a6 (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 |
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.