SOLICITATION NOTICE
66 -- Automated Large Volume Solid Phase Cartridge Extractor
- Notice Date
- 7/18/2012
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- RTPPODUS Environmental Protection Agency109 T.W. Alexander DriveMail Code: E105-02Research Triangle ParkNC27709USA
- ZIP Code
- 00000
- Solicitation Number
- RFQ-RT-12-00139
- Response Due
- 7/26/2012
- Archive Date
- 8/25/2012
- Point of Contact
- Jacqueline Sayles
- E-Mail Address
-
sayles.jacqueline@epa.gov
(Sayles.Jacqueline@epa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION/SMALL BUSINESS SET-ASIDE FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6 "SOLICITATION FOR COMMERCIAL ITEMS", and FAR Part 13 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. The Environmental Protection Agency intends to award a contract for the purchase of an Automated Solid Phase Cartridge Extractor, for the Office of Research and Development (ORD), National Exposure Research Laboratory (NERL-LV 1) Environmental Chemistry Branch (ECB). A Firm-Fixed price contract is anticipated to result from the award of this solicitation. The resulting contract is expected to begin July 2012. The solicitation document and incorporated provisions, and clause are those in effect through Federal Acquisition Circular FAC 2005-55, effective Jan 3, 2012. The associated NAICS Code is 334516 with a size standard of 500 employees. This effort will support the ORD/NERL-LV 1/ECB's responsibilities pertaining to the need for conducting research utilizing an automated solid phase extraction (auto-SPE) system applying them to real-world environmental pollutant issues dealing with aqueous matrices (e.g., surface water, wastewater, well water). With the initiation of hydraulic fracturing research within the Environmental Chemistry Branch, the need for rapid testing, modification, and development of analytical methods is imperative. Testing, modification and development of multiple organic methods to support this effort. Auto-SPE is a vital tool in sample preparation and extraction of samples related to hydraulic fracturing and this unit is vital to the completion of this research. Award will be based on price and minimum requirements of product. (See 52.212-2) Product Characteristics/Minimum Requirements for this purchase: 1) The auto-SPE system must have a controller to program individual methods for each set of sample extractions. The controller must allow for the changing of conditions and parameters per each analytical setup. 2) The auto-SPE system should be capable of processing at least up to 6 samples (ranging from 10-mL to 1000-mL sample size) using 6-mL capacity SPE cartridges. It is important that the auto-SPE be capable of handling Waters OASIS MCX or HLB 6-mL size cartridges, as these are the size cartridges that ECB has been using for several years for research and development of standardized methods. 3) The auto-SPE system should be capable of using positive pressure with positive flow for conditioning, loading, rinsing and eluting stages. The use of positive pressure ensures no problems with cartridge clogging, and even distribution of solvents throughout the cartridge at a steady even flow. 4) The auto-SPE system should be capable of performing the loading of 6 samples in parallel (simultaneously). This allows for a savings in time, see above statements. 5) The auto-SPE system must be fully automated and capable of automatically conditioning, loading, rinsing and eluting. 6) The auto-SPE system should be capable of handling a wide-range of sample sizes from 10mL to 1L. 7) The auto-SPE system should be capable of extracting drinking water, waste water, and ground water samples without clogging or the need for filtering. 8) The auto-SPE system should be capable of segregating both the aqueous and solvent waste using separate waste lines. This is important as the mixture of aqueous and solvent waste is wasteful since more aqueous is produced. If the aqueous and solvent waste is mixed then the disposal costs go up. 9) The auto-SPE system should be a closed system which does not require ventilation. 10) Power requirements: 110 V, compatible with US electrical systems. FAR Provisions and/or clause referenced are available online the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far, http://farsite.hill.af.mil/vffara.htm. Upon request, the Contracting Officer will make their full text available. All offerors are to include with their offers a completed copy of provision. 52.204-7, 52.212-1, Solicitation Provision 52.212-2 is hereby incorporated by reference with the fill in for paragraph (a) ?1) price and (i), 2) technical capability of item to meet the Government requirement. Technical factors are equal to price?, 52.212-3, Offeror Representations and Certifications -Commercial Items. The following FAR clauses apply to this acquisition: 52.212 4, Contract Terms and Conditions Commercial Items. The following additional FAR clauses which are cited in clauses 52.212 5 are applicable to the acquisition: 52.219-28, Post Award Small Business Program Representation; 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222 26, Equal Opportunity; 52.222 35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222 36, Affirmative Action for Handicapped Workers; 52.222 37, Employment Reports on Special Disabled Veterans and Veteran s of the Vietnam Era; 52.222-50 Combating Trafficking in Persons; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232 33, Payment by Electronic Fund Transfer-Central Contractor Registration; 52.222-41 Service Contract Act of 1965, As Amended; 52.222-42 Statement of Equivalent Rates for Federal hires. Offerors should review the all information posted with this Request for Quotation on EPA's website at the following address: http://www.epa.gov/oamrtpnc/1200139/index.htm. ALL FURTHER INFORMATION RELATED TO THIS SOLICITATION WILL BE LOCATED AT THE EPA WEBSITE. All offers are due by July 26th, 2012, 12:00 pm Noon Local Time. Please submit one copy each price proposal via email to: sayles.jacqueline@epa.gov. Telephonic, faxed, or mailed, responses will NOT be accepted. All questions shall be submitted to Jacqueline Sayles via email correspondence only. Proposals are due July 26th, 2012 NLT 12:00 pm Noon Local Time. This solicitation and amendments will be available via the internet at the following URL: http://www.epa.gov/oamrtpnc/1200139/index.htm. Firms must access the solicitation and amendments via the internet. Once you obtain a copy of the solicitation via the internet it will be your responsibility to frequently check the same site where the solicitation is posted for any amendments. Submit your response via email to: sayles.jacqueline@epa.gov. Telephone responses will NOT be accepted. Contracting Office Address: Environmental Protection Agency, ORD Service Center/NERL, RTP Procurement Operations Division, Research Triangle Park, NC 27711 Point of Contact(s): Point of Contact, Jacqueline Sayles, Phone (919) 541-4826
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/CMD/RFQ-RT-12-00139/listing.html)
- Record
- SN02806861-W 20120720/120718235116-d8ef1a44b615b84a3cdbdf9dd3f31e07 (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 |