Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2014 FBO #4633
SOLICITATION NOTICE

66 -- TOC Analyzer, autosampler, and start up supplies and service - 52.212-5

Notice Date
7/30/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
RML-RFQ-5-14019
 
Archive Date
8/22/2014
 
Point of Contact
Peggy S. Schott, Phone: 406-375-9815
 
E-Mail Address
margaret.schott@nih.gov
(margaret.schott@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
52.212-5 This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 “Streamlined Procedures for Evaluation and Solicitation for Commercial Items,” as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. Submit offers on RML-RFQ-5-14019. This is a Brand Name or Equal Full and Open Competition RFQ. This solicitation is a request for quotes RML-RFQ-5-14019. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-74 dated 07/01/2014. The associated North American Industry Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This is not a total small business set aside. The National Institute of Allergy and Infectious Diseases (NIAID), Rocky Mountain Laboratories, is seeking to purchase a GE Sievers 900 Model TOC Analyzer with autosampler and start up supplies and services. All interested companies shall provide quotations for the following: GE Model 900 TOC Analyzer Model # CPRD 96200-01 or equivalent and must meet the following salient characteristics 1. TOC Analyzer must utilize UV-Persulfate Oxidation Technique. 2. TOC Analyzer must have Membrane-Conductometric Detection technology. 3. TOC Analyzer must offer a detection range of 0.03ppb to 50,000ppb C. 4. TOC Analyzer calibration must be typically stable for 12 months. 5. TOC Analyzer must have touch-screen interface and not require external keyboard or mouse for standalone operation without an Autosampler. 6. TOC Analyzer with Autosampler must be able to be controlled via connection to external computer. 7. TOC Analyzer must have capability for sampling 40mL vials for calibration/verification without the use of an Autosampler. 8. TOC Analyzer must have capability for making grab measurements without an Autosampler, as well as measurements with Autosampler. 9. TOC Analyzer must have 1 USB port. 10. TOC Analyzer must have 1 printer port. 11. TOC Analyzer must be able to handle samples ranging in temperature from 1 to 95º C. 12. TOC Analyzer must be able to automatically adjust reagent chemical dosage, depending on the concentration of sample being tested. 13. TOC Analyzer must be able to optionally export sample results in CSV format. 14. TOC Analyzer must NOT require carrier gases. 15. TOC Analyzer must NOT use external chemicals or reagents for operation. 16. The TOC Analyzer must NOT require daily or weekly scheduled maintenance. 17. TOC Analyzer must NOT employ NDIR detection. 18. TOC Analyzer must NOT require metal catalysts for operation. 19. TOC Analyzer must NOT necessitate the use of a high temperature furnace. 20. TOC Analyzer must NOT necessitate a warm-up period when running samples after powering up the analyzer or starting from IDLE mode. 21. TOC Analyzer must be manufactured in the United States. GE Autosampler 900 Model # CPRD 88000-01or equivalent Certified TOC Vials, 40 ml 72/case or equivalent Startup services for TOC Analyzer Estimated shipping costs *Quote MUST list all anticipated cost items FOB Point shall be Destination; Hamilton, MT 59840 Place of Performance: Rocky Mountain Laboratories, NIH 903 South 4 th Street Hamilton, MT 59840 United States Award will be based on the capability of the item offered to meet the above stated salient characteristics, price, past performance, delivery, warranty, and the best value to the government. The following FAR provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items (April 2014) FAR 52.212-3 Offerors Representations and Certifications – Commercial Items (April 2014) Offerors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items The following contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (May 2014) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (June 2014) The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation ( www.sam.gov ). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html or, upon request, either by telephone or fax. This is an open-market combined synopsis/solicitation for TOC Analyzer, autosampler, and start up supplies and service as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process all quotes should include a statement regarding the terms and conditions herein as follows: “The Terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition.” OR “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:” (Quoter shall list exception(s) and rationale for the exception(s).) Submission shall be received not later than 08/07/2014 4:30 P.M. (MST ). Offers may be mailed, e-mailed or faxed to Peggy Schott; (Fax - 406-363-9288), (E-Mail/ margaret.schott@nih.gov ). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Peggy Schott at margaret.schott@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RML-RFQ-5-14019/listing.html)
 
Place of Performance
Address: 903 South 4th Street, Hamilton, Montana, 59840, United States
Zip Code: 59840
 
Record
SN03444146-W 20140801/140731000119-aa06f296198449d38998504d1f854c88 (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.