|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 25,1998 PSA#2166USDA-ARS-FAA, Richard B. Russell Center, 950 College Station Road,
Athens, GA 30605-2720 66 -- THERMAL DESORBING SYSTEM SOL RFQ-029-4384-98 DUE 090998 POC
Elaine Wood, Contract Specialist, 706/546-3534 WEB: Click here to
download a copy of 52.212-3,
http://www.nist.gov/admin/od/contract/repcert.htm. E-MAIL: Click here
to contact the contracting officer via, woode@ars.usda.gov. 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 in this notice. This announcement
constitutes the only solicitation; quotations are being requested and
a written solicitation will not be issued. The solicitation number
RFQ-029-4384-98 is issued as a request for quotations and incorporates
provisions and clauses that are in effect through FAC 97-03. The
standard industrial classification code is 3826. The small business
size standard is 500 employees. SPECIFICATIONS: One thermal desorbing
system with the ability to interface with a Finnigan 800 ITD Mass
Spectrometer interfaced to a Varian Star 3400 Gas Chromatograph.
Components necessary in the system include: 1. Must be capable of
desorbing one adsorbent sample tube to temperatures of up to 420
degrees C, 2. Must come with a 1/4" x 7",1/4" x 7", or 1/4" x 3.5"-4.5"
sample tube furnace allowing for retrofitting other sizes at a later
date, 3.Must have an internal, glass bead packed, cryogenic
concentrating trap with a temperature range of -- 190 -- 400 degree C,
4. Must have a built-in moisture control system capable of removing
water interference without affecting analyte recovery, especially polar
compounds, 5. Moisture control system must be able to be baked out to
340 degrees C to remove moisture and any carryover between runs, 6.
Must have passivated chromatographic grade Ni and fused silica tubing
in the sample path, 7. Sample path including valve and transfer line
must have a temperature range ambient to 300 degrees C, 8. Sample path
must be continuously swept with desorb gas except during trap desorb
to minimize contamination and carryover, 9. User must have the option
to turn off sample path sweep to conserve gas when necessary, 10. Must
offer optional desorb gas sweep of sample tube prior to desorption,
11. Must be able to achieve Method Detection Limits of 0.2pbv or
better, 12. Must have on-board microprocessor control and not require
a separate PC for operation, 13. Must have RS-232C interface for
optional control via a PC running under a Windows environment, 14. Must
have up to 16 method storage including preprogrammed TO-1, TO-2, and
Autobake methods, 15. Must allow for method scheduling of up to 12
method changes when on optional thermal desorber autosampler is used,
16. Must be compatible with thermal desorber autosamplers offering up
to 32 sample positions, a canister/bag sample introduction interface
with an on- column cryofocusing module, 17. Must be certified to meet
UL, CSA and IEC standards., 18. Must be configurable pneumatically to
any gas chromatograph, 19. Must accept or provide GC start signals
either contact closure or TTL, 20. Must be able to program GC cycle
time into thermal desorber method to conserve usage of liquid N2, 21.
Must be automated and permit analysis of samples 24 hours a day.
Delivery is required within 4 weeks ARO. Delivery is FOB Destination to
USDA ARS, 1700 SW 23rd Dr, Gainesville, Fl.. Descriptive literature
showing the quoted desorber system meets all specifications included
herein must accompany the quotation. Failure to include descriptive
literature could result in the offeror being considered
nonresponsive/nonresponsible. The government will award a contract
resulting from this solicitation to the responsive/responsible offeror
whose offer conforms to the solicitation and is most price
advantageous to the government. The following FAR clauses and
provisions apply: 52.212-1, Instructions to Offerors-Commercial Items,
52.212-2, Evaluation of Commercial Items awarded to a
responsive/responsible offeror at a fair and reasonable price,
52.212-3, Offeror Representations and Certifications-Commercial Items;
52.212-4, Contract Terms and Conditions-Commercial Items. The
following FAR clauses cited in 52.212-5 are applicable to the
acquisition: 52.203-6, 52.203-10, 52.219-8, 52.222-26; 52.222-36,
52-222-37, 52.225-3, 52.225-9, 52.225-18, 52.225-21, 52.247-64. 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 Government'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 due by 4:00 p.m. 9/9/98. Quotations should be addressed
to USDA, Agricultural Research Service, 950 College Station Rd, Athens,
GA 30605-2720 or PO BX 5677, Athens, Ga 30604-5677. Faxed responses are
acceptable. Fax number 706/546-3444 Attn: Elaine Wood. Posted 08/21/98
(W-SN240221). (0233) Loren Data Corp. http://www.ld.com (SYN# 0303 19980825\66-0003.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|