|
COMMERCE BUSINESS DAILY ISSUE OF JULY 7,1997 PSA#1881Bureau of Reclamation, Contracts Group, 1150 N. Curtis Road, Boise,
Idaho 83706-1234 66 -- AUTOMATED ION ANALYZER, XYZ SAMPLER SOL 1425-97-SQ-10-00310 DUE
071897 POC Contact Tammy Johnston 208-378-5079/Becky Young,
Contracting Officer 208-378-5107 E-MAIL: click here to contact the
contracting officer via e-mail, tjohnston@pn.usbr.gov. This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format FAR 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. Solicitation No.
1425-97-SQ-10-00310 is issued as a Request for Quotations (RFQ) and
incorporates provisions and clauses in effect through Federal
Acquisition Circular 90-46. This acquisition is a total small business
set-aside. The size standard is 100 employees and the standard
industrial classification code is 5049. The Pacific Northwest Region
Lab, Boise, Idaho has a fixed price requirement for furnishing and
delivery of the following items: CLIN 0001 -- 1 each, Automated Ion
Analyzer, XYZ Sampler. 1. All chemistries on the system must operate on
the basis of segmented flow analysis and analyze up to 300 samples per
hour depending on method requirements. 2. System must have
multi-tasking software for the ability to acquire, generate,
manipulate, and print data simultaneously. 3. System must be capable of
multi-channel operation for determination of multiple analytes
simultaneously from a single sample. 4. Instrument must include
analytical cartridges and utilize the following EPA methods: 365.3
Ortho Phosphorus (as P), 353.2 Nitrate +Nitrate (as N), 351.2 Total
Kjeldahl Nitrogen (as N), and have the capabilities to run: (cartridges
will be purchased at a later date) 365.3 Total Phosphorus (as P), 350.3
Ammonia (as N), 325.2 Chloride, 370.1 Silica (as Si02) 5. System must
startup and shutdown within five minutes. 6. Chemistries must be
changeable within 15 minutes including shutdown of existing chemistry
and startup of the next chemistry. 7. The system must have computer
controlled XYZ sampler with capability of holding up to 270 samples and
up to 20 calibration standards. A. Sampler must be capable of automatic
check calibrants and automatic recalibration in accordance to
predetermined control objectives. B. Must have ability to insert
samples and perform automatic reruns during a sample run without having
to program a new sample tray. C. Ability to access a calibration
standard at anytime during a sample run. 8. System must use a
multi-speed pump allowing for independent pumping of reagent lines when
other lines are shsut down. 9. Instrument system must be computer
driven utilizing Windows compatible software. A. All components of the
instrument must have external hardware interfacing with a computer
purchased by the laboratory. B. Software must be user friendly and have
the following abilities: -Real-time display of sample calibration and
analysis peaks. -Stage automatic recalibrations and reruns for samples
exceeding calibration standards (self monitoring and XYZ sampler
control). -Allow for data manipulation, i.e. curve recall, and raw data
storage for editing at a later time. -Preprogramming of sample batches
to be run at a future time, including startup and shutdown of the
instrument (pump, data acquisition, etc.). -Customizable reports and
ability to save data into other file formats for exporting to other
applications (Windows and LIMS). -- Automatic correction for baseline
drift, sensitivity drift, and carryover. 10. The instrument shall be
capable of maintaining analytical ranges the PN Regional Laboratory has
established for water/wastewater. Nitrate+Nitrite: .01-2.0mg/L,
Ortho-Phosphorus: .003 -- .2 mg/L, Total Phosphorus (utilizing OP
cartridge): .01 -- .2 mg/L, Total Kjeldahl Nitrogen: .03 -- 1.0 mg/L
11. Warranty on instrument must include parts and labor for at least
two years after purchase. If downtime is experienced, a temporary
replacement part must be furnished within 48 hours, both during and
after the warranty period. Technical support must be available by phone
and fax. 12. Software provided with instrument must be year 2000
compliant; CLIN 0002 -- Upon purchase of the instrument, 2 days of
on-site training for instrument installation, operation, maintenance,
and troubleshooting shall be available at the laboratory's convenience.
Place of delivery will be Bureau of Reclamation, Pacific Northwest
Regional Lab, 300 E. Garrison, Boise, ID 83702. Required delivery date
will be 30 days after award. The following FAR provisions and clauses
apply to this acquisition: 52.212-1 Instructions to Offerors --
Commercial Items (OCT95), 52.212-2 Evaluation -- Commercial Items (OCT
95), 52.212-3 Offeror Representations and Certifications -- Commercial
Items (Jan 97), 52.212-4 Contract Terms and Conditions -- Commercial
Items (May 97), 52-212-5 Contract Terms and Conditions Required to
Implement Statutes or Executive Orders -- Commercial Items (AUG 96).
Clause 52.215-5, paragraph (b) is tailored to incorporate the following
clauses by reference: 52.219-8, 52.219-14, 52.222-26, 52.222-35,
52.222-36, 52.222-37, 52.225-3, 52.225-18, and 52.225-21 with Alternate
1. The Government intends to make a best value buy to the responsible
offeror whose offer is most advantageous to the Government. Evaluation
will include price, verification that the offer meets the required
technical specification, past performance (submit 3 references that
have purchased the same or similar items, Government customers
preferred and then commercial customers.) Offerors are to include a
completed copy of the provision at 52.212-3, Offeror Representations
and Certifications -- Commercial Items (JAN 97), with the RFQ. Offerors
may request a copy of this clause be faxed to them. The closing time
and date for receipt of proposals is close of business, July 18, 1997,
local time. Offers are to be mailed to the following address: Bureau
of Reclamation, Attn: Tammy Johnston, 1150 N. Curtis Road, Boise, Idaho
83706-1234. All sources responding to this synopsis/solicitation shall
do so in writing. Telephone Proposals will not be accepted. All
sources responding to this synopsis shall submit information relating
to business status, including identification as to whether small,
large, minority-owned, and/or women owned. All responsible sources may
submit an offer, which will be considered by this agency. See note
1.***** mmmm (0183) Loren Data Corp. http://www.ld.com (SYN# 0243 19970707\66-0007.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|