Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2007 FBO #2074
SOLICITATION NOTICE

66 -- Liquid Scintillation Counter

Notice Date
7/30/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Headquarters Procurement Operations Division, 1200 Pennsylvania Avenue, Nw, Washington, DC 20460
 
ZIP Code
20460
 
Solicitation Number
RFQ-DC-07-00275
 
Response Due
8/13/2007
 
Archive Date
9/13/2007
 
Description
NAICS Code: 334516 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and under the authority of FAR 13.1, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued under Request for Quote RFQ-DC-07-00275 and includes incorporated provisions and clauses in effect through Federal Acquisition Circular 05-18. The North American Industry Classification System (NAICS) Code for this procurement is 334156 with a Small Business Administration (SBA) size standard of 500 employees. BACKGROUND: The EPA's Center for Radioanalysis and Quality Assurance (CRQA) in Las Vegas, NV is responsible for support of the Radiation and Indoor Environment's National Laboratory's overall technical mission with laboratory-focused radiation analysis, technical support, and quality assurance assistance. CRQA provides expertise in radiological emergency preparedness and response and provides quality technical support in the areas of sample preparation, hotline, decontamination, and analysis. CRQA is also responsible for the development of analytical methods in support of radiochemistry and radioanalysis. CRQA designs and implements studies pertaining to the radiological quality of the environment including evaluation, quality assurance project plan assistance, and data validation and interpolation. CRQA currently uses equipment to perform radiological analysis at the ultra low background level. These analyses support emergency response situations, homeland security directives, and long term hydrological monitoring programs. The laboratory currently has five liquid scintillation units and all of them are governed by standard operating procedures (# CRQ-604). CRQA's new requirement will also serve as a replacement benchtop liquid scintillation analyzer for detecting alpha, beta, and gamma radioactivity for the liquid scintillation counter that was purchased in 1980 and surpassed its operational lifetime. DESCRIPTION OF REQUIREMENT: CRQA requires a low level, low background liquid scintillation counter capable of housing multiple aqueous sample vials utilizing liquid scintillation cocktail mixture for automated analysis by liquid scintillation. ITEM #1 A computer-controlled benchtop liquid scintillation analyzer for detecting alpha, beta and gamma radioactivity to include the following features or their equivalents: Perkin-Elemer Tri-Carb 3170TR/SL 1 with QuantaSmart Windows XPsoftware with hyperlinked HELP; proprietary BGO detector guard; Patented Time-Resolved Liquid Scintillation Counting (TR-LSC); Cassette loading bidirectional conveyor; Linear 4000 Channel Spectralyzer MCA; Built-in Pentium computer with 256 MB RAM; minimum 40 GB hard drive; 3.5" 1.44MB floppy drive and CD R/W; mini-keyboard and standalone mouse; SVGA CRT color monitor; 60-user application/programming with unlimited password protected assays; Protocol-specific drive and path selection for data and spectrum storage; Single, dual, and triple label DPM; Protocol-specific, user-selectable, coincidence resolving time; automatic single label Direct DPM with Ba-133 External Standard; Spectral Index of the sample (SIS); Electrostatic controller; SpectraBase counting stores sample and standard spectra and allows standards to be used with different regions of interest; Replay Postrun sample DPM Processing for all historical sample data; Enhanced Instrument Performance Assessment (IPA) with self-tuning; Luminescence detection and correction; Heterogeneity monitor; 3-D Spectral mapping and Unfolding; Nuclide Identification; Group PrioStat and sample PrioStat; independent formatting of printout RS-232, and disk storage; sample worklisting, positive ID; high sensitivity Count Mode; Spectraworks Spectrum Analysis software; Protocol-Specific, user-selectable, delay-before-burst settings; temperature controlled refrigeration; Ink jet printer; Maneuverable monitor arm; and One (1) operation manual. ITEM #2: Perkin-Elmer #6013329 Ultima-Gold, 2X5 liters or equivalent. ITEM #3: Computer Monitor 17" LCD. ITEM #4 LaserJet Printer Kit 110V. ITEM #5: Two-year maintenance plan to include parts, labor, travel and one (1) preventative maintenance visit. DELIVERY: All items shall be F.O.B. Destination to EPA's warehouse located at 3201 Sunrise Avenue, Las Vegas, NV 89101 within 90 days after receipt of order. ESTIMATED VALUE: The estimated value of this procurement does not exceed the simplified acquisition threshold as defined in FAR 2.101. BASIS FOR AWARD: The Government will make award to the responsive, responsible firm, whose quotation is most advantageous to the Government and represents the best value, based on delivery time, compatibility with the current liquid scintillation suite, and price. The provision at FAR 52.212-1 "Instructions to Offerors-Commercial" applies to this acquisition. Offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications - Commercial Items" with their response. The following FAR clauses also apply: 52.212-4 -"Contract Terms and Conditions - Commercial Items", 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items", with the following clauses cited in 52.212-5 being applicable: 52.222-3 "Convict Labor", 52.222-21 "Prohibition of Segregated Facilities", 52.222-26 "Equal Opportunity", 52.222-35 "Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans", 52.222-36 "Affirmative Action for Workers with Disabilities", 52.222-37 "Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans", and 52.225-13 "Restrictions on Certain Foreign Purchases". The aforementioned provisions and clauses can be accessed electronically at http://acquisition.gov/comp/far/index.html. Prospective sources are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (www.ccr.gov) database with an active DUNS number. QUOTE SUBMISSION INSTRUCTIONS: Offerors shall submit a firm-fixed-price quote for each line item and literature demonstrating the capabilities and salient features of the proposed solution (10-page limit). In addition, the FAR 52.212-3 representations and certifications shall be submitted. Responses are due no later than August 13, 2007 at 12:00 PM ET and should be submitted via e-mail to rodgers.jami@epa.gov or via facsimile to the attention of Jami Rodgers at (202) 565-2554.
 
Record
SN01356747-W 20070801/070730222251 (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.