SOLICITATION NOTICE
66 -- Centurion WS Auto-Sampler w/options
- Notice Date
- 4/27/2016
- Notice Type
- Presolicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
- ZIP Code
- 43218-3990
- Solicitation Number
- SPMYM1-16-Q-0062
- Archive Date
- 5/24/2016
- Point of Contact
- Kristen E. Cote, Phone: 7573960459
- E-Mail Address
-
kristen.cote@dla.mil
(kristen.cote@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- The Defense Logistics Agency, DLA Maritime Contracting Division Portsmouth Virginia intends to negotiate a Firm Fixed Price contract to procure a Centurion WS Auto-Sampler with additional options and on-site services for installation to be purchased by the Business Office Code 130S for use in the Environmental Chemistry Division Code 134.1 of Norfolk Naval Shipyard from the original equipment manufacturer or authorized reseller. The North American Industry Classification System (NAICS) code is 334519 (Other measuring & controlling device, combination & misc. instruments). The procurement will be unrestricted. The contract line items are as follows: 0001: Centurion WS Auto-sampler, 110V, P/N: A01FS11110, (1) EA 0002: Chiller Option, cooling bath not included, P/N: A011016020, (1) EA 0003: Recirculating Bath, P/N: 505627, (1) EA 0004: Cable Cent to ENCON/EV, P/N: C10005-086, (1) EA 0005: ENCON Evolution 110V (5ML glassware standards), P/N: A03F111001, (1) EA 0006: Sample Heater Option 110V, P/N: A03SAMP110, (1) EA 0007: Foam Sensor Option, P/N: A03F0AM00, (1) EA 0008: Cable EV TO 5890 W/MSD or 6890/7890 GC, P/N: A0318GC01, (1) EA 0009: Installation EST Analytical or authorized reseller on-site service for system installation and configuration not to exceed one (1) day to include travel expense. **PLEASE NOTE** must include detailed labor categories and hourly wage for each representative at the time of pricing and shall not be billed separately. **PLEASE NOTE** Travel expense shall be in accordance with the Joint Travel Regulations. A detailed expense list will be provided at the time of pricing and shall not be billed separately and will include normal and reasonable travel incidentals including airfare, car, meals and hotel expenses. 0010: Shipping Cost ***IMPORTANT NOTICE*** In order to minimize the risk of the government purchasing counterfeit products or unauthorized secondary market equipment, which would not be supported by the Original Equipment Manufacturer (OEM), and to ensure that the Government purchases only equipment that is genuine (i.e., not counterfeit or gray market), authorized (e.g., including appropriate licenses), and supported (e.g., warranty and support services) by the OEM, Vendor shall warrant that the products are new, in their original box. By submitting a response to an Request for Quote (RFQ), Request for Proposal (RFP), the Vendor confirms to have sourced all Manufacturer products submitted in this offer from Manufacturer or through Manufacturer Authorized Partners only, in accordance with Manufacturer's applicable policies in effect at the time of purchase. Specification of Work: 1.0 SCOPE 1.1 Scope. This specification provides the minimum requirements for a Purge and Trap System. The Purge and Trap System shall consist of an autosampler and a concentrator. This Purge and Trap System will be utilized in an industrial laboratory for determining a wide range of volatile organic compounds from water to hazardous waste materials to very low detection limits (parts per billion, ppb) with high accuracy and precision for environmental organic sample analysis. 2.0 APPLICABLE DOCUMENTS 2.1 Government Documents. The following documents of the issue in effect on the date if invitation for bids or request for proposal, form a part of the specification to the extent specified herein. SPECIFICATIONS MILITARY: MIL-STD-129- Marking for Shipment and Storage OTHER GOVERNMENT AGENCY U.S. DEPARTMENT OF LABOR OSHA 2206- General Industry, OSHA Safety and Health Standards, 29 CFR 1910 2.2 Non-government documents. The following documents form a part of this specification tot the extent herein. Unless otherwise indicated, the issue in effect on the date of invitation for bid or request for proposal shall apply. STANDARDS UNITED STATES ENVIROMENTAL PROTECTION AGENCY USEPA STANDARD TEST METHODS 524.2, 524.3, 5030, 5035, 8000, 8260 and 8015- Standard Test Methods for Analysis of Solids, Wastewater, and Drinking Water. (Copies of these standards may be obtained from the USEPA website) AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM-D-3591 - Standard Practice for Commercial Packaging (Application for copies should be addressed to: American Society for Testing Materials, 1916 Race Street, Philadelphia, PA 19103.) NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) NFPA-70-1987 - National Electrical Code (Applications for copies should be addressed to: National Fire Protections Association, Batterymarch Park, Quincy, MA 02269.) 2.3 Order of Precedence. In the event of conflict between the test of this specification and the references sited herein, the text of the specification shall take precedence. However, nothing in this specification shall supersede applicable laws and regulations unless a specific exemption has been obtained. 3.0 REQUIREMENTS. 3.1 General Information and Coverage. The equipment shall be one of the manufacturer's current production models, new and unused, capable of performing its intended function in accordance with the operation and performance requirements specified herein. The equipment shall be complete so that when connected to the utilities and attachments specified herein, it can be used for any function for which it is designed and constructed. 3.1.1 Current Production Model. The equipment offered shall be a current production model. A current production model is defined as the manufacture's current production model which, on the date this specification is issued, has been designed, engineered and sold, or is being offered for sale through advertisements or manufacture's published catalogs or brochures. Products such as prototype units, preproduction models, or a highly modified current production models, where major components have been redesigned to meet the requirements of this specification, do not qualify as meeting this requirement. 3.2 Definition. The equipment shall consist of, but is not limited to, the following principal components, attachments and accessories necessary to meet the requirements specified herein. GC Interface Cables Purge and Trap Autosampler Concentrator Purge and Trap Autosampler Installation Kit Concentrator Installation Kit Recirculating Water Bath Recirculating Water Bath Installation Kit Purge and Trap Interface Cable 3.3 Salient Characteristics. The Purge and Trap System shall have the following salient characteristics: 3.3.1 Performance Characteristics. 3.3.1.1 The Purge and Trap system shall be compliant and capable of meeting all of the requirements of USEPA methods 5030, 5035, 524.2, 524.3, 8000, 8015 and 8260 for the analysis of soils, wastewater, and drinking water. Failure to be capable of meeting any, and all, of these methods will eliminate the system from consideration. 3.3.1.2 The Purge and Trap Autosampler shall contain an autosampler with a minimum capacity of 50 samples. 3.3.1.3 The Purge and Trap Autosampler shall be able to move in a robotic XYZ formation. 3.3.1.4 The Purge and Trap Autosampler shall be able to simultaneously utilize water samples and soil samples at one time. 3.3.1.5 The Purge and Trap Autosampler shall be able to allow automated introduction of internal standard and other quality control introduction to samples. 3.3.1.6 The Purge and Trap Autosampler must include capability of programmable sample dilutions up to a 400:1. 3.3.1.7 The Purge and Trap Autosampler must include programmable internal standard with a < 3% RSD specification for improving calibration reproducibility and use long term. 3.3.1.8 The Purge and Trap Autosampler shall have the option and or ability to cool samples to maintain <10°C in the sample vial. 3.3.1.9 The Purge and Trap Autosampler must be able to connect to any purge and trap system. 3.3.1.10 The Purge and Trap Autosampler and Concentrator system shall be capable of complete and total interface with any Gas Chromatograph system utilizing Windows NT or better. 3.3.1.11 The Purge and Trap Autosampler and Concentrator system shall be able to interface with existing Agilent instrumentation. 3.3.1.12 The Purge and Trap Concentrator provided shall utilize water control management with both condensate trap and dry purging techniques. 3.3.1.13 The Purge and Trap Concentrator shall be capable of electronic pressure control to automatically shut off gas flow in the event of potentially hazardous over pressurization. 3.3.1.14 The Purge and Trap Concentrator system shall have easy trap access from the front of the instrument. 3.3.1.15 The Purge and Trap Autosampler and Concentrator system shall contain a foam and overfill sensor allowing concentrator to stop. The Purge and Trap concentrator shall contain a mass flow control for programmable flow rates and have the ability to check for flow and leak check automatically. 3.3.2 Physical Characteristics. 3.3.2.1 Dimensions. This equipment shall be a bench-top model. This equipment shall fit in an area of approximately 10' by 4'. 3.3.3 Maintainability. The machine design and configuration shall permit direct access for adjustments/testing/replacement of components. Removal and replacement of equipment components shall require the removal of the minimum number of other equipment components. 3.3.4 Environmental conditions. This equipment and associated accessories shall be designed and constructed such that, under the operating, service, transportation and storage conditions described herein, the equipment shall not emit materials hazardous to the ecological system as prescribed by federal, state, or local statutes in effect at the point of installation. 3.4 Design and Construction. This machine shall be constructed of parts which are new or reclaimed, without defects and free of repairs. The machine structure shall be capable of withstanding all forces encountered during operation of the machine to its maximum rating and capacity without permanent distortion. 3.4.1 Safety. Covers, guards, or other safety devices shall be provided for all parts of the Purge and Trap system that present safety hazards. The safety devices shall not interfere with operation of the equipment. The safety devices shall prevent unintentional contact with the guarded part, and shall be removable to facilitate inspection, maintenance and repair of parts. All parts, components, mechanism, and assemblies furnished, whether or not specifically required herein, shall comply with the requirements of OSHA 2206 that are applicable to the equipment itself. 3.4.2 Human engineering. All operating controls shall be convenient to the operator at his/her normal work bench. The equipment shall be designed and manufactured to minimize the possibility of human error and to ensure human machine compatibility. 3.5 Documentation. Technical operating manuals shall be provided in accordance with MILM-7298..As a minimum, two (2) manuals shall be provided. 3.6 Installation. The vendor shall provide complete and total installation of the Purge and Trap system and attach all accessories. Installation of the required utilities shall be the responsibility of the Government. Connection to the utilities and any required hardware or other connection devices shall be the responsibility of the vendor. 3.7 Training. Upon completion of installation, the contractor shall provide, as a minimum, 2 days (16 hours Monday thru Friday from 8:00AM to 4:00 PM) of onsite training for two qualified Chemists in the set-up, proper operation, care and maintenance of the Purge and Trap system provided. 4.0 QUALITY ASSURANCE PROVISIONS 4.1 Responsibility for inspection. Unless otherwise specified in the contract or purchase order,, the contractor is responsible for the performance of all inspection requirements(examinations and tests) as specified herein. Except as otherwise specified in the contract or purchase order, the contractor may use his or her own or any facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the government. The government reserves the right to perform any of the inspections set forth in this specification where such inspections are deemed necessary to ensure supplies and services conform to prescribed requirements. 4.1.1 Responsibility for Compliance. All items shall meet all requirements of Sections 3 and 5. the absence of any inspection requirements in the specification shall not relieve the contractor of the responsibility of ensuring that all products or supplies submitted to the government for acceptance comply with all requirements of the contract. 4.2 Methods of inspections. 4.2.1 Operational test. The system provided shall be tested by the receiving activity personnel under the observation of the contractor to verify proper operation in accordance with the requirements of this specification. Satisfactory completion of all tests is inherent in the specification and any cost associated in the correction of any defects shall be the responsibility of the vendor. The system provided will be operated for a minimum period of 8 hours without the need for correction of any defects. Proper operation and function of the system and its controls, and other associated accessories shall be verified during this trial period. 4.2.2 Examination. The equipment provided will be visually and physically examined for design construction, material construction, material components, electrical equipment, workmanship, form, fit and function to determine compliance with the requirements of this specification. 4.2.3 Warranty. The vendor shall provide, as a minimum, a (1) year warranty for the Purge and Trap system and it's associated accessories. The vendor shall provide next business day parts and labor necessary to maintain a fully functioning system during the warranty period. The vendor shall detail the terms of the warranty in the proposal. 5.0 PREPARATION FOR DELIVERY 5.1 General. Preservation and packing shall be in accordance with ASTM-D3951-88, Standard Practice for Commercial Packaging. 5.2 Marking for Shipment. Marking shall be in accordance with MIL_STD_129J, Marking for Shipment and Storage. In addition, the following markings shall be on the equipment packaging: "NOT FOR OUTSIDE STORAGE" Contract Number 5.3 Shipping. Contact the following personnel prior to shipping: Karen McMillen, (757) 396-4510, Leslie Hewitt (757) 377-3142 and Marlin McCrickard (757) 396-3373 and provide shipping details. The equipment and it's accessories shall be shipped by the best commercial method available. The equipment shall be shipped to: Commanding Officer Building 276, Receiving Officer Norfolk Naval Shipyard Portsmouth, VA 23709-1035 M/F Code 2380.9, Karen McMillen, (757) 396-4510 Attn: Code 130S, Duane Upton 6.0 General. A sight visit is not required. A sight visit may be arranged through Ms. Barbara Walker, Code 134.1, (757) 396-3207. All sight visits must be pre-arranged via the Contracting Officer. Certifying Official is Francis Lambert, Code 130S, (757) 396-2494 The solicitation number is SPMYM1-16-Q-0062 and the solicitation is expected to be posted on or around 28April 2016 and close 09 May 2016. Technical questions must be written and sent by email kristen.cote@navy.mil. Please make sure that the solicitation number (SPMYM1-16-Q-0062) is included in the subject line of any email correspondence. Emails without subject lines will not be read because of security issues. Potential offerors are hereby notified that the solicitation and any subsequent amendments will only be available by downloading the documents at www.fedbizopps.gov, as this office no longer issues hard-copy solicitations. By submitting a quote, the vendor will be self-certifying that neither it nor its principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPMYM1-16-Q-0062/listing.html)
- Place of Performance
- Address: Norfolk Naval Shipyard, Portsmouth, Virginia, 23709, United States
- Zip Code: 23709
- Zip Code: 23709
- Record
- SN04096768-W 20160429/160427234245-475d941c52a3fb8b75fb936681ba220b (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 |