SOLICITATION NOTICE
66 -- Energy Dispersive X-Ray Fluorescence System
- Notice Date
- 10/9/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, Cincinnati Procurement Operations Division 26 W. Martin Luther King Drive Cincinnati, OH 45268
- ZIP Code
- 45268
- Solicitation Number
- PR-CI-09-10035
- Response Due
- 10/27/2008
- Archive Date
- 11/26/2008
- Point of Contact
- COURTNEY R. WHITING, Contract Specialist, Phone: 513-487-2002, E-Mail: whiting.courtney@epa.gov<br />
- Small Business Set-Aside
- N/A
- Description
- PRCI0910035Energy Dispersive X-Ray Fluorescence Spectrometer SystemThis is a combined solicitation/synopsis for commercial items exceeding the simplified acquisition threshold, although prepared in accordance with the format in in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 2005-26. This requirement is being solicited on a full and open competition basis. A firm fixed price contract award is anticipated. The NAICS code is 33516 with the small business size standard of 500 employees. Award will be made to the offer that represents the best value, i.e., the offer that is most advantageous to the Government, considering both technical and price. For this requirement, price may not be the deciding factor. Each offeror shall provide a technical proposal that demonstrates it's equipment meets or exceeds each of the below specifications as well as provides past performance. Offers shall provide a firm fixed price for the system. Technical Specifications include: 1. General: The instrument must be an energy-dispersive system capable of employing a minimum of 5 secondary fluorescer targets simultaneously for optimal sensitivity across the periodic table. 2. Elemental Range: The instrument shall be capable of analyzing elements in the periodic table at least between Na and U. 3. X-ray Source: The instrument must be equipped with an x-ray tube capable of providing 100kV and up to 24mA to ensure efficient excitation of heavy element K-lines up to Hf in the periodic table. 4. Detector: The instrument shall be fitted with a high resolution, liquid-nitrogen cooled, solid-state detector with a resolution of at least 135eV@Mn. The detector shall have an energy range of 0.7 to 100keV. The detector shall have a safety sensor to automatically turn off voltage to the detector in case Ln2 levels fall below operating levels. 5. Sample types: The instrument shall be able to analyze 25mm, 37mm, or 47mm diameter teflon air filters in automated mode. 6. Sample changer: The instrument shall include an integral high-capacity sample changer for high sample throughput. The sample changer shall accommodate at least 48 air filter samples (25mm,37mm,or 47mm) in individual sample holders. The sample changer shall be capable of being continually added to without interrupting on-going analyses. 7. Spectrum Format: The instrument shall be capable of outputting raw (unprocessed) XRF spectra in ASCH text format. 8. Detection Limits: 1-sigma detection limit based on 200 sec (per fluorescer) analyses of blank teflon air filters shall be <10ngcm2 for S, Ni, As, Se; <15 ng/cm2 for Hg, Pb; <50ng/cm2 for Mn, Fe. 9. Safety Certification: The instrument shall have at least IEC 1010 (or equivalent UL certificate); radiation protection compliant with Rontgenverordnung 2002. 10. Software: Shall be Windows-based or must be compatible with Windows XP. Software shall include at least the following capabilities and functionalities: (a) capability of graphically comparing multiple spectra; (b) user control of deconvolution parameters; (c) blank subtraction capabilities for analysis of particulate air filters; (d) full array of matrix correction possibilities including Alphas andCompton correction; (e) manual and automatic spectral line overlap correction; and (f) graphical overview of hardware status with the capability to manually control individual instrument components for diagnostics. The following clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; (See below technical evaluation criteria). Offers shall provide information to demonstrate/substantiate that the quoted system meets the above minimum specifications. FAR 52.212-3, Offeror Representations & Certifications-Commercial items, shall be completed by offeror and submitted with the quote unless offeror is registered with CCR; FAR 52.212-4 Contract Terms & Conditions-Commercial items; The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial items apply - 52.222-3, 52.222-19, 51.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-3, 52.225-4, 52.225-13, 52-232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. All clauses can be found at http://farsite.hill.af.mil/VFFARA.HTM. In addition, the following USEPA EPPAR clauses are applicable: EPAAR 1552.233-70, Notice of Filing Requirements for Agency Protests and EPAAR 1552.211-79, Compliance with EPA Policies for Information Resources Management. EPAAR clauses are available at http://www.epa.gov/oam/ptod/epaar.pdf. The Government anticipates award, using simplified acquisition procedures, of a contract resulting from this solicitation to the responsive/responsible offeror whose quote conforms to the solicitation and is most advantageous to the Government, price and other factors considered. Offerors shall submit one (1) copy of their quotation, which references the title of this solicitation, NO LATER THAN October 27, 2008 AT 3:00 PM ET to Courtney Whiting, at whiting.courtney@epa.gov. Questions may be directed to Courtney Whiting at whiting.courtney@epa.gov. The last day for technical questions is October 20, 2008 by 12:00 noon ET.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=945fa2c6f732fd9335fbfa61395121aa&tab=core&_cview=1)
- Record
- SN01690638-W 20081011/081009214858-945fa2c6f732fd9335fbfa61395121aa (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 |