Federal Bid

Last Updated on 18 May 2011 at 8 AM
Sources Sought
Location Unknown

X-Ray Fluorescence (XRF) Analyzers

Solicitation ID R1-11-00170
Posted Date 26 Apr 2011 at 7 PM
Archive Date 18 May 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Headquarters Acquisition Div (Hqad)
Agency Environmental Protection Agency
Location United states
The United States Environmental Protection Agency (EPA) Region 1 Emergency Response requires two (2) Hand held X-Ray Fluorescence (XRF) Analyzers for:
• Immediate, on-site analysis of metal concentrations in soil at removal sites and chemical releases accurate enough for real-time emergency clean-up confirmation sampling. Will need only 5%-10% lab sample confirmation.
• Significant cost savings over the equipment service life vs. renting.
• Significant cost savings and time saving vs. 100% lab analysis.

Units will be used by EPA or EPA contractor staff in the field as with the branch's other equipment. This is a Sources Sought Notice only; it is not a Solicitation Announcement. The purpose of this Sources Sought Notice is to gain knowledge of potential qualified sources and their size classification relative to NAICS Code 334516, (Size Standard of 500 employees). If at least two small qualified businesses are identified during this market research, then any competitive procurement that results would be conducted as a Small Business Set-Aside.
Specifications for the XRF
Two (2) handheld XRFs to provide a rapid, mobile technique used directly to measure a variety of metal contaminants in soil samples. The XRFs should provide capabilities for positive material identification, material sorting, and detection of radioactive and chemical trace elements and possess the following capabilities:
1) Hand-held
2) Does not require a radioactive source to generate the X-ray for detection.
3) Detection of K, Ca, S, P, CI, Ti, Cr, Mn, Fe, Ni, Cu, Zn, Hg, As, Pb, Se, Rb, Sr, Zr, Mo, Ag, Cd, Sn, Sb, Ba.
4) Measure metal concentrations in soil quickly either directly on in a sample holder.
5) Interface with PC for data transfer/logging.
6) Chromium detection limit of less than 15 ppm.
These XRFs will also each require the following items:
-Docking station
-Soil extension pole
-Soil attachment for hands free sampling
-portable work station
Service and Support Requirements:
Instruments should include one year warranty, with possible option to extend the warranty using a Service & Maintenance Agreement for up to four (4) additional years. Warranty Agreement shall included telephone technical support needed for the hardware, software and application. Service should include all emergency telephone calls and all parts that are required to repair defects in materials.
The Solicitation which will be issued on the responses received from the Sources Sought Notification will require the following Federal Acquisition Regulation (FAR) Clauses as applicable in FAC-2005-32.

52.204-7: Central Contractor Registration
52.212-1: Instruction to Offerors
52.212-3: Offer Representations & Certifications - Commercial Items
52.212-4: Contract Terms & Conditions - Commercial Items
52.212-5: Contract Terms & Conditions required to implement Status or Executive Orders - Commercial Items.
The following FAR Clauses will be incorporated as part of FAR Clause 52.212-5
52.219- 28: Post-Award Small Business Program Representation
52.222-3: Convict Labor
52.222-19: Child Labor
52.222-21: Prohibition of Segregated Facilities
52.222-26: Equal Opportunity
52.222-36: Affirmative Action for Workers with Disabilities
52.222-50: Combating Trafficking in Persons
52.225-13: Restriction on Certain Foreign Purchases
52.232-33: Payment by Electronic Funds Transfer - Central Contractor Registration

Interested parties should submit a capability statement and product information that clearly demonstrates their capabilities to provide the equipment described above. Standard company brochures will not be considered sufficient response to this Sources Sought Synopsis. The applicable NAICS Code is 334516. In the capabilities statements, contractors must provide their size status for the above referenced NAICS code, (i.e. large, small and whether or not they are a certified HubZone, 8(a), Woman-Owned, Small Disadvantaged and/or Service Disabled Veteran-Owned business.
Responses for the above shall be submitted to the Primary Point of Contact by 3:00 p.m. EDT on or before Tuesday May 3, 2011. Direct any communications, questions or inquiries via email to POC Frank Bottalico at [email protected]

Bid Protests Not Available

Similar Past Bids

Seattle Washington 06 Aug 2010 at 3 PM
Location Unknown 04 May 2011 at 4 PM
Williams Arizona 24 Jul 2023 at 4 AM
Hall New york 10 Sep 2015 at 10 PM
Chambersburg Pennsylvania 07 Jun 2021 at 12 PM

Similar Opportunities

Usaf academy Colorado 08 Jul 2025 at 4 PM
Vancouver Washington 16 Jul 2025 at 9 PM
Sacramento California 09 Jul 2025 at 7 PM