Onyx PCR Post-Column Deriative HPLC system
This is a combined synopsis/solicitation for commercial goods and commercial services prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included i... This is a combined synopsis/solicitation for commercial goods and commercial services prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. The solicitation number is 12405B23Q0666 and is issued as a request for quotation (RFQ). The NAICS code is 334516. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2022-06. The Water Quality and Ecology Research Unit at the USDA-ARS National Sedimentation Laboratory in Oxford, Mississippi, is requiring a High Performance Liquid Chromatography (HPLC) Post-Column Derivatization Instrument for analyses of carbamates and glyphosate. Specifics are noted below: REAGENT PUMP True pulse-free syringe pump with single piece of ceramic barrels. Maximum operating pressure 35 bar (500 psi) Programmable flow rates of 50 uL to 1500 uL/minute Refill cycle of 60 seconds or less Automatic piston wash Automatic reagent flush cycle No instrument check valves REACTOR Heated reactor temperature form 5oC above ambient to 130oC maximum setpoint. Stability +/- 0.5 oC Accuracy +/- 1 oC Thermal safety switch limits temperature to 150 oC to prevent damage Easy replacement coil cartridges Range of reactor dwell volumes available, from 0.1 mL to 3 mL Reaction coil withstands up to 42 bar (600 psi) inlet pressure at 130 oC COLUMN HEATER Heater accpts 6 or 8 mm OD x 50-250 mm in length column and guard Temperatuer holds within +/- 1 oC resolution from 5 oC above ambient to 75 oC maximum setpoint Programmable temperature gradient Easy access to column compartment and improved tubing guards INSTRUMENT PACKAGE AND FLOW PATH Advanced fluidics valve management system Completely inert flow path Easy access to internal components Standard fittings Side panels remove easily for service Integrated reagent reservoir tray compliant with secondary containment requirements DISPLAY LCD display, color 800 x 480 pixels, 153 x 85 mm viewing area Real time temperature, pressure, and critical system alerts shown Intuitive system status icons GAS PRESSURE MANIFOLD AND REGULATOR Panel-mounted gas manifold Regulator maintains 0.3 bar on reagent reservoirs with 3-5 bar source pressure Safety pressure-relief value opens at 0.7 bar Manifold with anti-siphon values and two ΒΌ-28 fittings SAFEGUARDS In-line check value prevents reagent back flow into the column when HPLC pressure drops. Replaceable reagent filters to prevent reactor fouling Post-column system over-pressure protection from pre-calibrated relief valve opens at 35 bar to prevent rupture of the post-column reactor tubing in the event of a down-stream blockage Back-pressure regulator applies 7 bar to the detector flow cell outlet (waste line) to prevent detector noise and precipitation due to out-gassing or boiling EMC COMPLIANCE Complies with EN 61326-1 DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall respond by: Providing a quote on company letterhead addressing all the requirements of the RFQ, clearly note per item pricing in accordance with specifications (attached), shipping/handling/delivery costs, and be valid for at least 30 days after receipt of quote. Have an Active SAM.gov registration and complete the Representations in FAR 52.204-54; the Representation and Certification section should also be completed electronically in the System for Award Management (SAM) at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Government Point of Entry (beta.sam.gov). FAR clauses 52.212-1, 52.212-2, 52.212-3, 52.212-4 and 52.212-5 (and any addenda to those clauses) are included in the attached clauses and provisions document. Additionally, other contract requirements and terms/conditions can be located in the same document. The Government anticipates award of a contract resulting from this solicitation to the responsible offeror whose quote conforms to the specifications that will be the most advantageous to the Government in accordance with FAR 13.106-2 considering three major areas: technical acceptance, past performance and price. Quotes will be evaluated by performing a comparative evaluation in accordance with FAR 13.106- 2(b)(3) to determine which quote represents the best as a whole. The Government has the discretion to accept other than the lowest priced quote that provides additional benefits. All sources wishing to quote shall furnish a quotation by 5:00 p.m. Eastern Time, on or before September 6, 2023. Quotations are to be sent via email to Kelly Bero at Kelly.Bero@usda.gov. Failure to provide the required information in the requested format may result in quotes not being considered for award. Attached Provisions/Clauses apply to this RFQ and any subsequent award.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »