Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2015 FBO #4919
SOLICITATION NOTICE

66 -- ICP Optical Emission Spectrometer

Notice Date
5/12/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Agricultural Research Service - Southeast Area
 
ZIP Code
00000
 
Solicitation Number
RFQ-15-4389-E001
 
Archive Date
6/11/2015
 
Point of Contact
Juan C. Gaytan, Phone: 2293863496
 
E-Mail Address
juan.gaytan@ars.usda.gov
(juan.gaytan@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number RFQ-15-4389-E001 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 2005-82. The NAICS code applicable to this acquisition is 334516. The small business size standard is 500 employees. Inductively Coupled Plasma - Optical Emission Spectrometer Specifications: • Compact, bench mountable, and capable of operating on 60 Hertz/220 Volt electric line in a laboratory environment that is relatively free of corrosive and solvent vapors, dust, and is climate controlled. • Configured for analysis of aqueous samples and agricultural soil and plant sample extracts and digests; containing concentrations of elements in the parts per billion (ppb) to the parts per million (ppm) range. The minimum detection limit for total Phosphorous in aqueous samples should be less than 4 ug L-1. • Peristaltic pump under Personal Computer (PC) control to feed an aqueous solution to a standard glass cyclonic spray chamber through a glass concentric nebulizer. Internal Standards mixing kit for on-line mixing of stock internal standard. • Solid state Radio Frequency (RF) Plasma Generator needs to produce and maintain a robust and stable plasma and is interlocked for safety. The plasma is ignited and extinguished automatically by Personal Computer (PC) control. Auxiliary gas if needed is controlled by PC software. System is fully interlocked against gas failure. • Nebulizer gas is Mass flow controlled. • ICP - OES sample introduction system, nebulizer and spray chamber, needs to be configurable with off-the-shelf purchasable and easily interchangeable and installed parts, preferably sold or recommended by the instrument manufacturer, if higher dissolved solids samples, higher dissolved organic matter, or other solvent containing samples are analyzed. • ICP - OES torch needs to be easily accessed and easy to uninstall/reinstall. Torches for other than aqueous samples available for purchase from manufacturer. • If air is needed for torch plasma shear gas - shear gas removes plasma plume and keeps optics cooled in some ICP-OES spectrometers, then air compressor with air - dryer filter assembly and needed hoses and connectors is included in instrument purchase. • ICP - OES Spectrometer based on an echelle polychromator with a solid state Charge-coupled-device Detector(s) (CCD) or a Charge-injection-device Detector (CID) capable of reading atomic emission lines between 166 and 785 nanometers with spectral band pass of 7 pm at 200 nm. • Spectrometer has dual plasma viewing capability in that the plasma can be viewed both radially and axially simultaneously under computer control • Design of ICP system minimizes Argon gas consumption. • ICP - OES spectrometer system controlling and data collection/processing computer (with monitor) and software and printer included in purchase. • External recirculating liquid cooling device (chiller recirculator) and internal electronic (Peltier) cooling devices needed for ICP - OES system operation as specified are included with instrument purchase. • Random access liquid sample autosampler included in instrument purchase with sample capacity of 1 to 360 dependent on sample vial and sample rack size. • Consumables kits and spare parts needed for first months of operation. Other specifications: • Instrument installation by manufacturer. • On-site Training Course at installation location that several people can attend. • On-site ICP-OES Applications and Technical Support in first year of instrument installation. • Customer Technical Support by manufacturer by phone or internet/e-mail connection. • Standard Instrument Warranty for ICP-OES System includes one year parts, labor, and travel. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforming to the specifications will be most advantageous to the Government. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Please note on your proposal if you will accept a government purchase (VISA) card. This solicitation incorporates the following FAR clauses, provisions and addendums: 52-212-1 Instructions to Offerors-Commercial Item; 52.212-3 Offeror Representations and Certifications-Commercial Items - annual representations and certifications are required. Offers shall include a statement as follows on their offer: the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at https://www.sam.gov have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference, except for paragraphs ______________; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. In paragraph B of 52.212-5, the following apply: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.225-33. In the event the vendor will accept payment via the Government Purchase Card (VISA), the vendor shall annotate on its offer that it will accept the purchase card, and clause 52.232-33 will be superseded by clause 52.232-36. Vendor MUST send descriptive literature. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Governments's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. Responses are 15 days from the date this notice is published in the FedBizOps by 5:00 PM EST time, May 27, 2015 at USDA Agricultural Research Service, 2316 Rainwater Rd, Tifton, GA 31794 (or POB 748, Tifton, GA 31793). POC Juan C. Gaytan, Purchasing Agent, 229-386-3496 or FAX 229-386-7225.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fb42e63aad5f81bac0c8d1563d291a4a)
 
Place of Performance
Address: USDA ARS, 2316 Rainwater Rd, TIFTON, Georgia, 31793-0748, United States
Zip Code: 31793-0748
 
Record
SN03727765-W 20150514/150512235037-fb42e63aad5f81bac0c8d1563d291a4a (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.