Federal Bid

Last Updated on 17 Aug 2006 at 4 AM
Combined Synopsis/Solicitation
Ames Iowa

66 -- Thermal Desorption System

Solicitation ID RFQ41-06
Posted Date 12 Jul 2006 at 4 AM
Archive Date 17 Aug 2006 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usda Ars Mwa Aao Acq/Per Prop
Agency Department Of Agriculture
Location Ames Iowa United states 50010
This is a combined synopsis/solicitation for commercial items identified below, prepared in accordance with the format in FAR Subpart 12 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: offers are being requested and a written solicitation will not be issued. This solicitation number: RFQ41-06 is issued as a Request for Quotation (RFQ). This procurement shall be solicited under the Simplified Acquisition Procedures (SAP) and is a Small-Business Set-Aside. The North American Industry Classification System Code (NAICS) code is 334516. The USDA National Swine Research and Information Center, Ames, Iowa, has a requirement to purchase one (1) Thermal Desorption System. Gerstel Inc. Cooled Injection System 4 (#013080-590-02), LN2 Dewar Adapter (#GI9999-02), Thermal Desorption System (#007846-090-02), Mounting kit (#007511-090-00, and Thermal Desorption Autosample (#013200-090-00) or EQUALS. COMPATIBLITY OF THERMAL DESORPTION SYSTEM WITH CURRENT AGILENT GC/MS SYSTEM AND THERMAL DESORPTION TUBES: The current GC/MS system is produced by Agilent Technologies, Inc. with an additional detector from third party source (PFPD, OI Analytical). The thermal desorption system must be capable of interfacing with current GC/MS/PFPD system. In addition, the thermal desorption system must have the ability to analyze existing thermal desorption tubes (glass tubes 6 mm x 178 mm). Bids must include delivery, installation, setup, one year warranty, and familiarization of the systems. All equipment must be capable of operating on a standard 120 V power system. All equipment must be supplied from a single vendor. (1) Thermal Desorption Unit (TDU)The thermal desorption unit must be capable of operating in both continuous gas sampling mode and discontinuous multi-sorbent tube analysis mode. The continuous sampling mode must be capable of collecting from 0.2 to 10 L of air with sampling flow rates of 10 to 100 mL min-1. Thermal desorption unit must have the capacity to analyze sorbent tube size of 6 mm x 178 mm. The TDU must have the capacity to be operated in splitless, split and solvent vent modes. Desorption temperature range of -50 to 350 degrees C with a programmable heating rate of 1 to 60 degrees C min-1. Transfer valve temperature range of 50 to 350 degrees C. System must have liquid nitrogen cooling capability or better. System must have sampling vacuum pump and mass flow controller. (2) Thermal Desorption Autosampler The TDU must come with an autosampler that uses existing sorbent tubes (6 mm x 178 mm). The autosampler must be able to run multiple methods on each tube in a single sequence. (3) Cryofocusing Unit The thermal desorption system must have the capacity to cryofocus contents from the TDU onto GC systems column. The capacity to control linear heating from 0.5 to 12 degrees C sec-1 with two programmable temperature ramps. Ten injection modes which must include split, splitless, solvent vent and pulsed pressure all under electronic pneumatic control. The system must be able to achieve cooling down to at least -150 degrees C. Software must control method storage, print out and sequence table editing. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Item; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In Paragraph (B) of 52.212-5, the following apply: 52.203-6 and 52.225-13. The above FAR clauses may be viewed in full text at www.acquisition.gov. All offerors must include copies of 52.212-3 (Representations and Certifications). Faxed quotations are acceptable to Denise Hill at fax number 1-515-663-7482 on or before July 28, 2006. All responses will be evaluated in order to determine the ability to meet the above stated capabilities. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include technical specifications, descriptive material, literature, brochures and other such information corresponding to each minimum required item, which demonstrates the capabilities of the offerors equipment. Offerors shall identify where the offered item meets or does not meet each of the Governments functional and performance minimum specifications listed herein. Offeror shall include references of three (3) firms for which similar equipment was provided. The anticipated award date is August 1, 2006. All responsible sources may submit a quotation which shall be considered by the Agency.
Bid Protests Not Available

Similar Past Bids

Location Unknown 30 Aug 2010 at 5 PM
Location Unknown 05 Aug 2008 at 11 AM
Martin Pennsylvania 09 May 2019 at 7 PM
Location Unknown 08 May 2012 at 6 PM
New orleans Louisiana 17 Jul 2007 at 4 AM