SOLICITATION NOTICE
66 -- Nippon MA-3000 Mercury Analyzer
- Notice Date
- 9/30/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Region 4US Environmental Protection AgencyAtlanta Federal Center61 Forsyth Street, SWAtlantaGA30303-3104USA
- ZIP Code
- 00000
- Solicitation Number
- RFQ-PR-R4-13-00464
- Response Due
- 10/9/2013
- Archive Date
- 11/8/2013
- Point of Contact
- Sharyn Erickson
- E-Mail Address
-
Contracting Officer
(erickson.sharyn@epa.gov)
- Small Business Set-Aside
- N/A
- Description
- PR-R4-13-00464 ITEM: Nippon MA-3000 Mercury Analyzer, in accordance with the Specification at the end of this solicitation/synopsis. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation to be issued for proposals and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation is issued as a Commercial Solicitation using Simplified Acquisition Procedures found in FAR Part 13. The NAICS code is 334516. The Government intends to award a purchase order resulting from this solicitation on a sole source basis to Nippon Instruments North America, since it is the only qualified vendor for providing a Mercury Analyzer which will share components from our existing Nippon MA-2000, which is being replaced, and use its same software and accessories. The following unique features and advantages are felt to better meet EPA?s minimum needs. The Nippon Automated Merc ury Analyzer will provide the following unique features: ?The ability to analyze solid/waste, water, and air samples within the Extended Dynamic Range Optics O.OOlng- 2000ng linear and cubic fit up to 50,000ng in a single calibration ?Allows up to 100 sample positions, (up from 32 positions on the MA-:2000), to be analyzed without analyst participation. ?Tri-photo sensor optics, allowing simultaneous low and high mercury readings. This feature allows for a smooth transitional reading as a mercury sample moves from the low range detector to the higher range detector. ?Ceramic sample boats for easy cleaning with acid and pretreatment furnace function for re-use. More durable and less expensive to replace. ?Auto Sample Changer chamber with a continuous purge of purified air preventing contamination. ?Detector Type: (2) UV, wavelength specific, Photo tubes with Thermostatic detector chamber. No filters. With wavelength specific detectors have the ability to automatically and simultaneously measure a mercury sample with independent detectors at different ranges. This would increase the dynamic range optics and eliminate the possibility of cross over readings which is inherent in other dual-cell detector designs. ?Detector Method: Non-dispersive triple-beam CVAAS, to maintain beam intensity. ?Support RD-3 and SC-3 models for reducing vaporization method and gas/ambient air analysis. Have software with the compatibility to support existing RD-3 (Reagent Dispenser) and the SC-3 (60 position auto-sampler with 50 positions for samples and 10 for standards) units. These units will be retained from the MA-2000 Nippon unit being replaced, and will be attached to the MA-3000 to increase sample capacity without the cost of purchasing two complete new units. The cost of the assimilation packet will save a significant amount by not purchasing new RD-3/SC-3units. The RD-3 and SC-3 will also serve as a backup unit by providing the ability to analyze mercury samples by additional EPA methodology (245 series). All of the above unique features would serve to reduce the detection limit, increase sample output, and reduce contamination sources more than similar mercury analyzers from other vendors, thus better meeting EPA's needs for the most cost-effective, accurate mercury analysis of samples possible, in order to support our programs. If any other company contends that it is capable of providing the required system, it must notify the Contracting Officer, Sharyn Erickson, no later than 4:00 P.M., Oct. 4, 2013, at www.erickson.sharyn@epa.gov, with an explanation of the basis for its being qualified and able to provide the required instrument. Issuance of a competitive solicitation will be solely at the Government?s discretion, in accordance with FAR criteria. This solicitation document and incorporated provisions and clauses are those that are in effect through the latest Federal Acquisition Circular. All deliverables shall be provided FOB Destination to: EPA SESD, 980 College Station Road, Athens, GA 30605, Attn. Anthony Carroll. Unless otherwise specified in the purchase order/contract, the supplier is responsible for the performance of all inspection requirements and quality control. It is also the contractor's responsibility to be familiar with applicable clauses and provisions. The provision at FAR 52.212 1 Instructions to Offerors, Commercial Items, applies to this acquisition, as do 52.204-8 Annual Representations and Certifications, 52.204-6 Data Universal Numbering System Number, and 52.204-7 System for Award Management. Offerors are reminded to include a completed copy of the provision at FAR 52.212 3 Offeror Representations and Certifications, Commercial Items with the offer, which can be accessed at http://www.arnet.far.gov, and the new EPA Certification EPA-K-04-101 Representation By Corporations Regarding a Felony Conviction Under Federal Law or Unpaid Federal Tax Liability (Apr. 2012), for inclusion of clause EPA-H-09-107-Unpaid Federal Tax Liability & Felony Criminal Violation Certif ication (Apr. 2012) (see EPA website for copies). The successful offeror must be registered in the System for Award Management (SAM) database to be considered for award. The SAM database may be accessed at www.SAM.gov. Clause 52.212 4 Contract Terms and Conditions Commercial Items and Clause 52.212 5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items are hereby incorporated by reference. The Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being applicable to acquisitions of commercial items or components: 1) 52.219 8 Utilization of Small Business Concerns; 2) 52.219 14 Limitations on Subcontracting; 3) 52.219 25 Small Disadvantaged Business Participation Program; 4) 52.222 3 Convict Labor; 5) 52.222 21 Prohibition of Segregated Facilities; 6) 52.222 22 Previous Contracts and Compliance Reports; 7) 52.222 25 Affirmative Action Compliance; 8) 52.222 26 Equal Opportunity; 9) 52.222 35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 10) 52.222 36 Affirmative Action for Workers with Disabilities; 11) 52.232-39 Unenforceability of Unauthorized Obligations; 12) 52.225 15 Restrictions on Certain Foreign Purchases; 13) 52.232 33 Payment by Electronic Funds Transfer Central Contractor Registration; 14) 52.252 2 Clauses Incorporated by Reference; 15) 52-222-19, Child Labor?Cooperation with Authorities and Remedies; 16) 52.222-21, Prohibition of Segregated Facilities; 17) 52.252 6 Authorized Deviation in Clauses; 18) 52.233-1 Disputes; 19) 52.233-3 Protest After Award; 20) 52.233-4 applicable Law for Breach of Contract Claim; 21) 52.243-1Changes?Fixed Price, Alt. II; 22) EPAAR 1552.211-79 Compliance with EPA Policies for Information Resources Management; 23) 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving; 24) Payments; 25) 52.232-25 Prompt Payments; and 26) 52.232 -33 Payment by Electronic Funds Transfer, available at http://www.acquisition.gov. Offers may be mailed to Sharyn Erickson, Contracting Officer, EPA Region 4, Acquisition Management Section, 61 Forsyth St., SW, Atlanta, GA 30303; e mailed to erickson.sharyn@epa.gov or faxed to 404/562 8210. It is the offeror's responsibility to ensure receipt of faxes or e mail quotes. Quotes shall include a schedule (list) of offered items/reports/services to include unit and total price in accordance with the schedule of items, (which includes shipping charges, if applicable) with delivery time; and DUNS Number. Questions concerning this acquisition shall be submitted in writing and e mailed to erickson.sharyn@epa.gov. All answers will be provided via an amendment to the solicitation. No paper copies of the Request for Quotes will be provided. Telephonic questions will not be answered and collect calls will not be accepted. Responses are due by 4:30 P.M.. Oct. 9, 2013. Requirements needed for the Nippon MA-3000 Mercury Analyzer System. Description of Requirements: At present the SESD Laboratory has a Nippon MA-2000 automated mercury analyzer with the capability of analyzing mercury in solids/wastes, liquids, and gases. The instrument is nine years old and is experiencing more frequent repairs and maintenance. A new automated mercury analyzer is needed by the Analytical Support Branch laboratory in order to increase sample capacity while maintaining flexibility and decreasing instrument down time. The new MA-3000 auto sampler will allow up to 100 sample positions, (up from 32 positions on the MA-2000), to be analyzed without analyst participation. Over three times the capacity. Another new feature for the MA-3000 that is different from the MA-2000, is the elimination of additives and buffers during sample preparation and analysis. These are replaced with a special moisture removal step that avoids catalyst overload and saturation, while extending catalyst tube life. The Automated Mercury Analyzer must have at a minimum: ?The ability to analyze solid/waste, water, and air samples within the Extended Dynamic Range Optics 0.002ng ? 2000ng linear and cubic fit up to 25,000ng in a single calibration ?Tri-photo sensor optics, allowing simultaneous low and high mercury readings. This feature allows for a smooth transitional reading as a mercury sample moves from the low range detector the higher range detector. ?Auto-Blanking function that avoids cross-contamination from unexpected high level mercury sample measurements. ?Ceramic sample boats for easy cleaning with acid and pretreatment furnace function for re-use. ?Auto Sample Changer chamber with a continuous purge of purified air preventing contamination. ?Dual-Cell Detector with the ability to automatically and simultaneously measure a mercury sample with independent detectors. ?The ability to determine total mercury in solids, liquid, and gaseous matrices using the principle of thermal decomposition, gold amalgamation, and atomic absorption in accordance with USEPA 7473,ASTM D-6722-01, without any sample preparation. ?Detector Type: (2) UV, wavelength specific, Photo tubes with Thermostatic detector chamber ?Detector Method: Non-dispersive triple-beam CVAAS ?Carrier gas: UP O2; psi 30-45. ?Support attachments for reducing vaporization method and gas/ambient air analysis. Shipping and Delivery: The equipment must be shipped to the following person, with at least one week pre-notification: Anthony Carroll Science and Ecosystem Support Division 980 College Station Rd. Athens, Ga. 30607 Phone: 706.355.8811 Email: carroll.anthony@epa.gov Installation: The contractor shall provide installation and performance testing, demonstrating the correct working of all functions, after installation--within 120 days after receipt of order. They should also provide general operating instructions and functional training on the instrument for two U.S. EPA staff. Installation should be coordinated with Anthony Carroll within 1 week of receipt of equipment and at least 2 weeks prior to anticipated installation date. The installation should occur on a weekday (Monday- Friday) between the hours of 8am-5pm. The government assumes responsibility for ensuring that adequate facilities and utilities, including power and gas requirements, are met according to contractor?s pre-installation requirements furnished to the point of contact. Warranty: The system must be a new, current production complete system and be fully supported. The contractor shall provide a 2-year warranty to include service, parts, and labor, includes shipping cost to factory and service engineer travel expenses. This warranty does not cover equipment warranted by another manufacturer or replacement of expendable, consumable, or limited life items.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegIV/RFQ-PR-R4-13-00464/listing.html)
- Place of Performance
- Address: US. EPA Reg. 4 SESD980 College StationRd.AthensGA30605USA
- Zip Code: 30605
- Zip Code: 30605
- Record
- SN03207745-W 20131002/130930235308-fc0bc2f6e87c6c47b871c75f054d29e8 (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 |