Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 24,2000 PSA#2543

USDA -- ARS -- MWA, 1992 Folwell Avenue, St. Paul, MN 55108

66 -- TOC ANALYZER & AUTOSAMPLER SOL 3640-00-02 DUE 031500 POC Pam Groth 651-649-5047 E-MAIL: Contracting Officer: Pam Groth, groth005@tc.umn.edu. 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 notice constitutes the only solicitation; Quotations (RFQ) are being requested and a written solicitation will not be issued. This solicitation is being issued as Request for Quotation number 3640-00-02. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 97-15. SIC Code is 3826 and the size standard is 500 employees. Contractor to provide the following items: Item (1)TOC Analyzer with the following salient characteristics: The analyzer will use a combination of sodium persulfate in an aqueous solution and UV irradiation to oxidize organic compounds. Detection of the carbon dioxide resulting from oxidation of inorganic carbon (IC) and organic carbon (OC) will be accomplished by a Non-Dirpersive Infrared (NDIR) detector. The NDIR detector will be housed in a thermally protective cabinet. Cabinet will be purged with CO2 free gas to protect the NDIR from environmental CO2. The analyzer will be able to detect Total Carbon (TC) and Inorganic Carbon (IC) directly. The analyzer will be able to detect NPOC by first removing IC in a dedicated IC chamber, then measuring NPOC by oxidizing organic compounds in a dedicated UV chamber. Analyzer will use either a nitrogen or CO2 free air (99.98% or better) carrier gas. Samples volumes must be software controlled without sample loops, and variable from 0.5-20 mL. Analyzer must use a single multiport valve to control all sample and reagent handling. Sample, acid, and oxidant transported by one automated variable liquid syringe. Range of analysis with or without using an autosampler will be 2 ppb to 10,000 ppm. (2) Autosampler with the following salient characteristics: Must have the ability to hold (100) 20-ml, sample vessels; must have a built-in needle rinsing station and can use rinse water or sample to eliminate cross-contamination, autosampler must have a septum piercing capability and sampling from open vials. (3) TOC Software: Must operate in WindowsTM 98. (4) Installation. The evaluation of quotes and the determination as to equality of the product shall be the responsibility of the Government and shall be based on information provided by the vendors. The Government is not responsible for locating or securing any information which is not identified in the quotation and reasonable to the purchasing activity. To insure that sufficient information is available the vendor must furnish as part of their quote all descriptive material necessary for the purchasing activity to determine whether the products meet all salient characteristics of this requirement. The Government will award to the responsible offeror whose offer conforms to this solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers, the ability to meet the technical requirements, past performance, and price. Technically acceptable proposal must show that the offeror can meet the requirements of the Government. Items are to be quoted FOB Destination and delivery shall be made to: USDA-ARS-MWA, Soil & Water Research Unit, 439 Borlaug Hall, 1991 Upper Buford Circle, St. Paul, MN 55108, within 40 days of award. Acceptance time will be 60 days from bid opening date. The following FAR provisions and clauses apply to this solicitation: 52.212-1 Instructions to Offerors-Commercial, 52.212-3 Representations and Certifications-Commercial Items, 52.214-4 Contract Terms and Conditions-Commercial Items, and 52.212-5 Contract Terms and Conditions including clauses incorporated by reference under section (b) (6); 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-3 Buy American Act-Supplies (41 U.S.C.10). Offerors shall submit a price for each item on company letterhead, past performance information to include a minimum of four references; contact name, company name, address, phone number and fax number, and include a completed copy of 52.212-3 to the Contracting Officer at the address indicated above by March 15, 2000 at 4:00 p.m. local time. Faxed quotes will be accepted at 651-649-5055. All responsible sources will be considered. Posted 02/22/00 (W-SN427267). (0053)

Loren Data Corp. http://www.ld.com (SYN# 0210 20000224\66-0005.SOL)


66 - Instruments and Laboratory Equipment Index Page