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