Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2013 FBO #4303
SOLICITATION NOTICE

66 -- Entech Concentrator and Autosampler

Notice Date
9/3/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Region 4US Environmental Protection AgencyAtlanta Federal Center61 Forsyth Street, SWAtlantaGA30303-3104USA
 
ZIP Code
00000
 
Solicitation Number
RFQ-PR-R4-13-00415
 
Response Due
9/10/2013
 
Archive Date
10/10/2013
 
Point of Contact
erickson.sharyn@epa.gov
 
E-Mail Address
Sharyn Erickson, Contracting Officer
(erickson.sharyn@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
RFQ-PR-R4-13-00415 ITEM: Entech 7200 Preconcentrator and Entech 7650 Autosampler System, in accordance with the Specification at the end of this solicitation/synopsis. This is a combined synopsis/solicitation for commercial services/items 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 to be issued for proposals and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation is issued as a Commercial Solicitation using Simplified Acquisition Procedures found in FAR Part 13. The NAICS code is 334516. The Government intends to award a purchase order resulting from this solicitation on a sole source basis to Entech Instruments, Inc., since it is the only qualified vendor for providing the system identified above and in the specifications at the end of this document, which will accurately analyze whole air samples from software-controlled sample volumes and provides an extended range of sample sizes from 0.01 to 1000 cc by splitting flows using mass flow controllers, and can heat the samples during analysis for better recovery of less volatile analytes. Its proprietary robotics hardware greatly reduces the possibility of sample cross-contamination, and is able to physically connect and communicate with EPA SESD?s existing Entech 7016 autosampler and proprietary SmartLab 2A software. If any other company contends that it is capable of providing the required system, it must notify the Contracting Officer, Sharyn Erickson, no later than 1:00 P.M., Sep. 5, 2013, at www.erickson.sharyn@epa.gov, with an explanation of the basis for its being qualified and able to provide the required instrument. Issuance of a competitive solicitation will be solely at the Government?s discretion, in accordance with FAR criteria. This solicitation document and incorporated provisions and clauses are those that are in effect through the latest Federal Acquisition Circular. All deliverables shall be provided FOB Destination to: EPA SESD, 980 College Station Road, Athens, GA 30605, Attn. Sallie Hale. Unless otherwise specified in the purchase order/contract, the supplier is responsible for the performance of all inspection requirements and quality control. It is also the contractor's responsibility to be familiar with applicable clauses and provisions. The provision at FAR 52.212 1 Instructions to Offerors, Commercial Items, applies to this acquisition, as do 52.204-8 Annual Representations and Certifications, 52.204-6 Data Universal Numbering System Number, and 52.204-7 System for Award Management. Offerors are reminded to complete a copy of the provision at FAR 52.212 3 Offeror Representations and Certifications, Commercial Items with the offer, which can be accessed at http://www.SAM.gov, and send in the new EPA Certification EPA-2012-5 (also referred to as EPA-K-04-101) Representation By Corporations Regarding a Felony Conviction Under Federal Law or Unpaid Federal Tax Liability (Apr. 2012), for inclusion of clause EPA-2012-10 (also referred to as EPA-H-09-107) Unp aid Federal Tax Liability & Felony Criminal Violation Certification (Apr. 2012) (see EPA website for copies). The successful offeror must be registered in the System for Award Management (SAM) database to be considered for award. The SAM database may be accessed at www.SAM.gov. Clause 52.212 4 Contract Terms and Conditions Commercial Items and Clause 52.212 5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items are hereby incorporated by reference, as is FAR 52.232-39 Unenforceability of Unauthorized Obligations. The Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being applicable to acquisitions of commercial items or components: 1) 52.219 8 Utilization of Small Business Concerns; 2) 52.219 14 Limitations on Subcontracting; 3) 52.252 6 Authorized Deviation in Clauses; 4) 52.222 3 Convict Labor; 5) 52.222 21 Prohibition of Segregated Facilities; 6) 52.222 22 Previous Contra cts and Compliance Reports; 7) 52.222 25 Affirmative Action Compliance; 8) 52.222 26 Equal Opportunity; 9) 52.222 35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 10) 52.222 36 Affirmative Action for Workers with Disabilities; 11) 52.222 37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 12) 52.225 15 Restrictions on Certain Foreign Purchases; 13) 52.232 33 Payment by Electronic Funds Transfer ? System for Award Management; 14) 52.252 2 Clauses Incorporated by Reference; 15) 52-222-19, Child Labor?Cooperation with Authorities and Remedies; and 16) 52.222-21, Prohibition of Segregated Facilities; available at http://www.acquisition.gov. Offers may be mailed to Sharyn Erickson, Contracting Officer, EPA Region 4, Acquisition Management Section, 61 Forsyth St., SW, Atlanta, GA 30303; e mailed to erickson.sharyn@epa.gov or faxed to 404/562 8210. It is the offer or's responsibility to ensure receipt of faxes or e mail quotes. Quotes shall include a schedule (list) of offered items/reports/services to include unit and total price in accordance with the schedule of items, (which includes shipping charges, if applicable) with delivery time; and DUNS Number. Questions concerning this acquisition shall be submitted in writing and e mailed to erickson.sharyn@epa.gov. All answers will be provided via an amendment to the solicitation. No paper copies of the Request for Quotes will be provided. Telephonic questions will not be answered and collect calls will not be accepted. Responses are due by 4:00 P.M.. Sep. 10, 2013. Specification for Entech 7200 Preconcentrator and 7650 Autosampler System: Specifications for Purchase of Entech 7200 and 7650 for Whole Air Analysis: PR 00415 Part NumberNameDescriptionRequirements 01-7200-01Air Tox/Soil Gas Bundle7200 Turnkey Preconcentrator (3 stage) w/ liquid N2 modules installed, Loop Injection Valve,: diaphragm pump (10-20010), 5m USB Cable (12-51150)*4 built-in inlets available for direct air sample introduction *Analysis down to 0.25 cc using loop injection 01-7200-A217200-01 Bundle Silonite Option7100-01 Bundle Option for Silonite-coated valves and fittings for sulfur analysis. Includes all 3 rotary valves and Silonite blank water knockout M1 trap.Silonite-coating on the valves, fittings and the water knockout trap for analyzing sulfur compounds 01-7650-017650 AutosamplerAnalyzes up to twenty, 1-1.4L canisters while maintaining samples in a completely closed and isolated state until required for analysis. All samples, standards, and blanks, flow through the same direct flow path.*Accommodates sample cans/bottles from 1-6 liters *Robotic arm operates the direct flow path used for all samples and standards 01-7650-L207650 Dual Loop, 12P OPT; Agile7650 Dual Loop, 12 Position option; Agilent 7890 GC Dual sample/ISTD loops and ISTD spike valve. Controlled through 7650 electronics.Ability to analyze down to.01 cc high-level samples and internal standards OS-OVEN-407-14" Single Non-Mixing Oven76504" Single Non-Mixing Oven for 7650. Suggested for gas phase samples only.For heating MiniCans to get better recoveries of heavier volatile compounds such as alkyl polyaromatic hydrocarbons OS-LT407-010 OS/76xx Long Tray for 1-1.4L MiniCansPart that holds 1-1.4L canisters in 10-position tray with inter-sample isolationFor analysis of up to ten 1-1.4-liter MiniCans and bottles OS-ST407-006 OS/76xx Short Tray for 1-1.4L MiniCansPart that holds 1-1.4L canisters in 6-position tray with inter-sample isolationFor analysis of up to six 1-1.4-liter MiniCans and bottles OS-EXPAND9OS/7650 9P Expansion PortInlet expansion ports in a bank of 9 to accommodate 6-L canisters Must interface with 7650 robotic arm for analysis of highly contaminated 6-L cans 01-12-511202m USB SL2 cableSL2 2m USB-A male to USB-B male cableFor electrical connection between autosampler and preconcentrator /M006InstallationInstallation and Training (for 2-3 people)By Entech; time/date agreed upon in advance Performance/TestingDemonstrated operation of the instrument *Successful analysis of standards/samples at routine (10 cc-1 L) and very small volumes (.01 -.1 cc) *Must be able to partner with the existing Entech 7016 autosampler Pre-notificationContact concerning deliverySallie Hale - 14 days before delivery DeliveryTime of Delivery8-5, M-F; Installation, testing and trainingCompleted 45 days after receipt of order WarrantyWarranty1 year on installed equipment 9/03/13
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegIV/RFQ-PR-R4-13-00415/listing.html)
 
Place of Performance
Address: R4 SESD980 College Station Rd.AthensGA30605-2720USA
Zip Code: 30605-2720
 
Record
SN03171220-W 20130905/130903234852-91ddc9f4403da17c1be1144db22a8acc (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.