The US Army Engineer Research and Development Center (ERDC), Vicksburg, Mississippi is soliciting quotes for the purchase of a brand name Shimadzu Total Organic Carbon (TOC) Analyzer with Total Nitrogen Module (TNM).
The Shimadzu TOC Analyzer with TNM is a benchtop analyzer for quantifying total organic carbon and nitrogen in aqueous samples. This instrument simultaneously measures carbon and nitrogen in one aqueous sample by combustion using catalytic oxidation for TOC detection followed by catalytic decomposition/chemiluminescence for TN detection. In addition, this instrument is capable of analyzing seawater, an increasing area of research for the Wetlands Team. This instrument will support USACE civil mission research related to navigation, environmental, regulation, and planning missions, and will further collaboration between EEW and EEA.
Specific Items and Quantities:
Shimadzu Item Item Description Quantity
638-91111-42 Shimadzu TOC-LCSH 1
638-56255-41 Carrier Gas Pressure Regulator Valve for TOC-L 1
638-91108-58 TNM-L Total Nitrogen Module, ROHS 1
638-93200-58 ASI-L for 9 or 40 mL, ROHS-compliant 1
638-92326-41 40 mL rack set for ASI-L 1
220-95278-00 Vials, ASI, 140-40C/EP/TS, S, 40 mL VOA Type with lid and septum 1
638-92206-04 Consumable Kit for TOC-LCSH and TOC-LCPH 1
Tier 2 I&F Tier 2 installation and customer familiarization 1
1 year warranty 1 year warranty is included in cost. 1
Delivery Location:
USACE ERDC
Christine VanZomeren
Bldg 5036, Room 4 (Wetlands Lab)
3909 Halls Ferry Road
Vicksburg, MS 39180
Delivery Date:
NLT 30 September 2019
The following FAR clauses and provisions incorporated by reference apply to this combined synopsis/solicitation:
52.204-7 System For Award Management; 52.204-13 System For Award Management Maintenance; 52.204-19 Incorporation By Reference Of Representation And Certifications; 52.212-1 Instructions to Offerors - Commercial Items; 52.219-4 Notice Of Price Evaluation Preference For HUBZone Small Business Concerns; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-50 Combating Trafficking In Persons; 52.223-10 Waste Reduction Program; 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving; 52.225-13 Restrictions On Certain Foreign Purchases; 52.225-25 Prohibition On Engaging In Sanctioned Activities Relating To Iran-Certification; 52.232-18 Availability of Funds; 52.232-33 Payment by Electronic Funds Transfer -- System for Award Management; 52.233-3 Protest after Award; 52.233-4 Applicable Law For Breach Of Contract Claim; 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials; 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights; 252.203-7005 Representation Relating To Compensation Of Former DoD Officials; 252.204-7003 Control Of Government Personnel Work Product; 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information; 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation 2012-O0004); 252.225-7001 Buy American And Balance Of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies On Contract Payments; 252.247-7023 Transportation Of Supplies By Sea
The following FAR clauses and provisions incorporated by full text apply to this combined synopsis/solicitation:
52.212-2 Evaluation -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items (Alt I); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Deviation); 52.219-28 Post-Award Small Business Program Re-representation; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 52.252-5 Authorized Deviations In Provisions; 52.252-6 Authorized Deviations In Clauses; 252.204-7011 Alternative Line-Item Structure; 252.211-7003 Item Identification And Valuation
Offerors must include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications -- Commercial Items (Alt I), with their offer.
Only one award will be made under FAR Part 12 procedures. The awarded contract will be of a Firm Fixed Price Single Award type. Quotes are due on 23 August 2019 at 2:00 p.m. Central Standard Time.
The contract will be awarded on a Lowest Price Technically Acceptable (LPTA) basis.
The Government intends to award without discussions, however, reserves the right to hold discussions, if necessary. Therefore, offerors should provide their best possible proposal from a technical and pricing standpoint.
Send quotes via email to [email protected]. Copies of FAR clauses/provisions may be accessed via the internet at http://farsite.hill.af.mil/.