Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 7,1997 PSA#1881

Bureau 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