Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2012 FBO #3833
SOLICITATION NOTICE

66 -- Gas chromatograph

Notice Date
5/21/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Branch (WV), 1301 Airport Road, Beaver, West Virginia, 25813-9426
 
ZIP Code
25813-9426
 
Solicitation Number
465-12MR-1903-1
 
Archive Date
6/29/2012
 
Point of Contact
Mindy L. Smith, Phone: 3042563537
 
E-Mail Address
smith.mindy@dol.gov
(smith.mindy@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. The solicitation number is 465-12MR-1903-1 and it is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, Analytical Laboratory Instrument Manufacturing. This requirement is unrestricted and only qualified Offerors will be considered. The following brand name or equivalent items are being sought: CONTRACT LINE ITEM NUMBER (CLIN)/DESCRIPTION/QUANTITY/UNIT 0001/Agilent 7890A Series Gas Chromatograph custom/1/EA 0002/Installation/1/JA (Job) 0003/Familiarization at installation/1/JA 0004/Nickel Catalyst Tube (Methanizer)/1/EA 0005/Packed inlet with EPC and septum purge/1/EA 0006/Single channel analog input board/1/EA 0007/FID w/EPC, for packed and capillary column/1/EA 0008/Thermal conductivity detector with EPC/1/EA 0009/Thermal conductivity detector on left-hand side as 3rd detector/1/EA 0010/Three channels of auxiliary EPC/1/EA 0011/Factory plumbing for quick installation/1/EA 0012/Nickel loop 1.0-cc/1/EA 0013/10-Port valve-gas sampling/2/EA 0014/Two automated valves/1/EA 0015/Acid washed TCD cells/2/EA 0016/OpenLab CDS ChemStation PC Bundle/1/EA 0017/OpenLab CDS Instrument Driver for Agilent GC/1/EA 0018/Peak RCP 1/1/EA 0019/Misc GC packed columns/1/EA All CLINS are to be priced in accordance with the Product Specification. PRODUCT SPECIFICATION: For: Mine Emergency Operations Deployable Laboratory Bench-top Gas Chromatograph Justification: The analysis of gas samples via gas chromatography is critical to the safety and health of the nation's miners and MSHA personnel involved with mine recovery operations during and after a mine emergency operations (MEO) event. By measuring the concentrations of various gases contained in the collected samples, MSHA gains valuable insight into the events and conditions occurring in the mine environment. During MEO mine recoveries, several thousand samples are collected and analyzed by gas chromatography. Due to the importance of the information collected from these instruments, it's vital that all criteria for performance be met or exceeded. Specifications: Must be able to meet the detection limits of: Nitrogen 100 ppm Oxygen 100 ppm Carbon dioxide 100 ppm Argon 100ppm Methane 0.5 ppm Hydrogen 0.5 ppm Carbon monoxide 0.5 ppm Acetylene 0.5 ppm Ethylene 0.5 ppm Ethane 0.5 ppm These detection limits must remain accurate for samples collected in: 1. fresh air - 20.95% oxygen, 78% nitrogen 2. mine gas - 95% methane 3. fire suppression gases - 70% carbon dioxide or 99% nitrogen Must be able to quantify within the following limits: Nitrogen 1000 ppm to 100% Oxygen 1000 ppm to 21% Carbon dioxide 1000 ppm to 70% Argon 1000 ppm to 1% Methane 1 ppm to 100% Hydrogen 1 ppm to 5% Carbon monoxide 1 ppm to 10% Acetylene 1 ppm to 1% Ethylene 1 ppm to 1% Ethane 1 ppm to 10% These quantification limits must be for samples collected in: 1. fresh air - 20.95% oxygen, 78% nitrogen 2. mine gas - 95% methane 3. fire suppression gases - 25% carbon dioxide or 99 % nitrogen The instrument and all associated electronics/equipment must be constructed in such a way as to be able to withstand considerable shaking/vibration during transport to mine sites in a Mobile Gas Laboratory. The analysis time shall not exceed 13 minutes for the complete suite of gases listed above and the analysis temperature shall remain isothermal during the analysis (no ramping of temperature during the analysis). The instrument shall operate on no more than 20 Amp, single phase, 110 Volts AC power. The instrument shall not exceed 19" high by 24" deep. The total length of the monitor, instrumentation, and PC controller shall not exceed 60". Any packed column configuration can be used that can separate and analyze the above stated compounds at the concentrations listed. At least one column network shall be used to separate the permanent gases (hydrogen, argon, oxygen, nitrogen, carbon monoxide, and methane) and at least one column network to separate methane, carbon dioxide, ethane, ethylene, and acetylene. Each network shall interface with an independent thermal conductivity detector (TCD), after the TCD no additional detectors should follow. A flame ionization detector and methanizer can be used to quantify low levels of hydrocarbons and CO2. A reducing compound photometer or a pulse discharge detector may be used on an additional column network to quantify lower levels of the permanent gases. Utilizing a valve/injector and multiport/pre-column assembly the gas chromatograph must be able to scrub/vent off any moisture, sulfur compounds and hydrocarbon compounds with carbon chains greater than C2Hn. The pre-columns shall not exceed 2 feet in length. The gas chromatograph shall have programmable independent flows to all columns and pre-columns. Thermal conductivity detectors that utilize a single filament with an alternating sample flow / reference flow shall be used; however, the detectors must be rugged and be able to run on UHP carrier gas. Only UHP helium and argon are acceptable. The accuracy of the analytical results is within ±5% and the precision is within ±5% or better. PC based instrument control software must be able to communicate/export sample result data to a.CSV format for data reduction and management via dynamic data exchange. As a minimum, the samples are defined as peak name, peak area, retention time, amount, height, and sample ID/file name. Each sample loop shall be no larger than 1 mL. A PC controller for the gas chromatograph that operates the instrument controller software and has Microsoft windows 7 Pro 64 bit based operating system and Microsoft full Office 2010 suite shall be provided. The PC shall have, as a minimum, an Intel 1-5 processor or greater, 6 GB RAM memory, and 500 G byte hard drive in a small form factor case. The PC shall have Remote Desktop Protocol or compatible system installed. A flat panel monitor shall be supplied with the PC. A network capable laser printer will be included. An instruction manual and repair manual for each gas chromatograph shall be provided. The instrumentation will be fully installed by the offeror at the PS&HTC. As received the instrumentation package shall be completely ready to conduct analysis of mine air. Minimal development time shall be necessary before integrating the instruments into the MEO response laboratory. The offeror shall supply full documentation on the system, including: a method specific operating instructions, chromatograms for the gases at the lowest and highest concentrations from MSHA supplied samples, the methodology used to determine the level of detection and level of quantification, demonstrating that the gas chromatograph meets the specifications. Shipping/Delivery: Unit to be shipped to: Mine Safety and Health Administration Pittsburgh Safety & Health Technology Center Attn: Melanie Calhoun 626 Cochran Mills Rd Bruceton PA, 15236 Shipping shall be FOB: DEST and provided by the supplier. Required Date: Within 4 to 6 weeks of contract award. Required approvals/compliances: MSHA IRM Approval obtained. PERIOD OF PERFORMANCE: Delivery and installation to be completed within 4 to 6 weeks of contract award. PLACE OF PERFORMANCE: Mine Safety and Health Administration Pittsburgh Safety and Health Technology Center 626 Cochrans Mills Road Bruceton, PA 15236 The following provisions and clauses apply to this acquisition: FAR 52.202-1, Definitions; 52.203-5, Covenant Against Contingent Fees; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.203-7, Anti-Kickback Procedures; 52.204-6, Data Universal Numbering System (DUNS) Number; 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.211-5, Material Requirements; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors-Commercial; 52.212-2, Evaluation-Commercial Items (See Addenda below); 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.216-24, Limitation of Government Liability; 52.216-25, Contract Definitization; 52.217-8, Option to Extend Services; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports for Veterans; 52.222-41, Service Contract Act of 1965; 52.222-50, Combating Trafficking in Persons; 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-18, Place of Manufacture; 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 52.232-1, Payments; 52.233-1, Disputes, Alternate I; 52.233-2, Service of Protest; 52.233-3, Protest after Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.243-1, Changes-Fixed Price; 52.244-6, Subcontracts for Commercial Items; 52.247-34, F.o.B. Destination. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items also applies to this acquisition to include 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Addenda to 52.212-2, Evaluation-Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: i) Adherence to Product Specification ii) Price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government will award a single Firm Fixed Price contract based on the Offeror whose quote, conforming to the specifications named in the Product Specification, will be the lowest price technically acceptable. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for Factor I, (Adherence to Product Specification). The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror's initial offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. EVALUATION SUMMARY: FACTOR I. - ADHERENCE TO PRODUCT SPECIFICATION-The Offeror shall submit evidence that acknowledges the features and tasks identified in the Product Specification to allow the Government to make a sufficient determination that the Offeror is capable of delivering the required items and performing the work. The Government will evaluate the Offeror's understanding of the work to be performed in accordance with the information outlined in the Product Specification. FACTOR II. - PRICE - The Government will evaluate offers for award purposes by adding the total of all CLIN prices, including all options to ensure that pricing is not unbalanced. Price will be evaluated for completeness and reasonableness using the techniques in FAR 15.404-1(b) (2). No adjectival ratings will be used to evaluate Price. The Offeror shall provide a document outlining their pricing using the contract line items listed above. Pricing must be provided separately from your proposal. ADJECTIVAL RATINGS: Quotes will be adjectivally rated against each of the evaluation factors set forth in this solicitation. Adjectival ratings for Factor I, Adherence to Product Specification follows. No adjectival ratings will be used to evaluate Factor II, Price. Factor I- Adherence to Product Specification will be rated using the following Adjectival Scale: Acceptable-The proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes strengths which significantly outweigh the weaknesses. The risk of unsuccessful performance is at least moderate, as the proposal solutions are feasible and practical. These solutions are further considered to reflect moderate risk in that they are clear and precise, fully supported, and demonstrate an understanding of the requirement. Unacceptable- The proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has numerous weaknesses which outweigh the strengths. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions are further considered to reflect very high risk in that they lack clarity or precision, are unsupported, and do not demonstrate a complete understanding of the requirement. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with your offer. Quotes must be received by Mindy Smith, Contract Specialist, no later than 3:00 PM (EST) on May 29, 2012. Quotes will be accepted by e-mail at smith.mindy@dol.gov. Quotes must be submitted in a format compatible with Microsoft Office 2007 or Adobe and valid for a period of 45 days after the close of this combined synopsis/solicitation. Pricing must be sent as a separate file. All questions on this requirement must be submitted in writing via e-mail to the Contract Specialist by May 23, 2012 at 2:00 PM (EST). Phone calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/BeacerWV/465-12MR-1903-1/listing.html)
 
Place of Performance
Address: Mine Safety and Health Administration, Pittsburgh Safety and Health Technology Center, 626 Cochrans Mills Road, Bruceton, Pennsylvania, 15236, United States
Zip Code: 15236
 
Record
SN02754004-W 20120523/120521235918-b9c30a156910e0a6f1fe525a23a95298 (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.