Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2006 FBO #1643
SOLICITATION NOTICE

66 -- Mercury Vapor Analyzer

Notice Date
5/25/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Acquisition Management Branch, 26 W Martin Luther King, Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
RFQ-OH-06-00142
 
Response Due
6/8/2006
 
Archive Date
7/8/2006
 
Description
NAICS Code: 334516 This is a combined synopsis/request for quote for a Commercial Items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only RFQ; quotes are being requested and a written RFQ will not be issued. This procurement is 100% set-aside for small business. The identifying number is RFQ-OH-06-00142. The RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-09. The NAICS code is 334516 and the size standard is 500 employees. A firm fixed price purchase order is anticipated to result from the award of this RFQ. The US Environmental Protection Agency's National Exposure Research Laboratory in Research Triangle Park, has a requirement for an automated continuous ambient mercury speciation system and portable primary calibration system will be used in support of an ongoing mercury dry deposition methods development initiative looking at the atmospheric dry deposition of elemental gaseous mercury (Hg0), divalent reactive gaseous mercury (RGM) and particulate mercury (Hg(p) species. The following specifications must be met or exceeded to be considered. Performance Specifications: (1) The mercury speciation system must be capable of automatically and continuously collecting and analyzing (i) Hg? at a time interva1 ~ five (5) minutes with a detection limit of at least 0.1 ng m3, and (ii) RGM and Hg(p) species at time intervals < thirty (30) minutes with detection limits of at least 10 pg m- 3 and 15 pg m- 3, respectively. (2) The mercury speciation system must be able to operate continuously unattended for a minimum of seven (7) days. (3) The mercury speciation system must be capable of sampling at various time intervals and the system must be able to store a minimum cf two (2) unique user defined programs to facilitate seamless switching between time intervals. (4) The mercury speciation system principal of operation for collection and analysis of Hg?, RUM, and Hg(p) for ambient atmospheric background applications must be well documented in the peer reviewed scientific literature. (5) The mercury speciation system must be configured to collect RGM prior to collection of Hg(p) to prevent any RGM artifact formation. (6) The mercury speciation system inlet and sample collection components must be constructed and operated in such a way to minimum the loss of RGM to the inlet and other collection surfaces (e.g., heated highly cross linked Teflon-coated glass). (7) The mercury speciation system must be equipped with an internal calibration system to allow automated routine zero and span determinations. (8) The mercury speciation system must be configured to allow for external primary calibration of the internal transfer calibration source via manual injections of mercury saturated air. (9) The mercury speciation system must electronicalIy store all pertinent operational parameters during each sampling period (e.g. sample date, sample time, flow rate, analytical baseline, and concentration) on media that can be retrieved as a text or comma delimited files. (10) The portable primary calibration system must contain a vessel with a minimum of 250 ml capacity to generate a stable supply of mercury saturated air. (11) The portable primary calibration system must be capable of reaching the desired temperature setting (13-16?C) from ambient temperature within 20 minutes. (12) The portable primary calibration system must be equipped with a NIST traceable instrument grade thermocouple. (13) The portable primary calibration system must include a NIST traceable 25 p1 digital syringe. (14) The portable primary calibration system must weigh less than 15 lbs. (15) All components of the mercury speciation and portable primary calibration systems must operate on 110 VAC power. (16) All components of the mercury speciation aid portable primary calibration systems must meet UL or approved third party listing agency requirements. Specifically, all electrical components shall be approved and labeled by one of the third party listing agencies. (17) The mercury speciation system must have an operational temperature range between -20 - 40?C. (18) The portable primary calibration system must have an operational temperature range between 20 - 30?C. (19) Vendor must provide software and any cornputer interface cards that may be required to communicate, control, and store data from the mercury speciation and portable primary calibration systems. Certification of Minimum Requirements: The vendor must certify that the above performance specification will be met. Delivery Schedule: Delivery of the requested mercury speciation system and portable primary calibration system must be within 60 days of the date of the vendor s receipt of the purchase order. The Government will evaluate and make the award based "best overall value". Best overall value will be a combination of the responses to the specifications and price. Contractors must meet all specifications in order to be considered for award. The government anticipates award using simplified acquisition procedures of a contract resulting from this RFQ to the responsive/responsible offeror whose offer conforms to the RFQ and offers the best value. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this to this acquisition . The provision at 52.2 12-2, Evaluation-Commercial Items is applicable and the specific evaluation criteria are as follows: (I) Technical capability of the item offered to meet Government requirement and (ii) price. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. This clause may be found on the Internet at the following site: http ://www.arnet.gov/far/. Clause 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under 52.2 15-5 paragraph (b), the following additional clauses apply to this acquisition: 52.2 19-6 Total Small Business Set-Aside; 52.222-26 Equal Opportunity; 52.222-35, Affirmative Action for handicapped Workers; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act-Supplies ; and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. All clauses may be found at http://farsite.hill.af.mil/VFFARA.HTM In addition these US EPA EPAAR Clauses are applicable to this synopsis/RFQ: 1552.211-79 Compliance with EPA Policies for Information Resources Management; and 1552.233-70 Notice of Filing Requirements for Agency Protests. These clauses may be found on the Internet at the following site: http://www.epa.gov/oam/ptod/epaar.pdf. Offerors shall submit 2 copies of their proposals no later than Jun 8, 2006 at 5:00 p.m. EDT to Ellen Bailey at: regular mail: U.S. EPA, Cincinnati Procurement Operations Division, 26 West Martin Luther King Drive, Cincinnati, OH 45268, or by Express Mail/Hand Carry: U.S. EPA, 4411 Montgomery, Road ,Suite ,300, Norwood, OH 45212. Faxed quotations are acceptable and may be sent to Ellen Bailey at (513)487-2107. Proposals may be sent electronically via e-mail to bailey.e11en@epa.gov. Questions may be directed to Ellen Bailey or via email at bailey.ellen@epa.gov but must be received by COB Jun 8, 2006. It is the responsibilty of offerors to frequently check FEDBIZOPPS for updates or changes. No hard copies will be available.
 
Record
SN01057675-W 20060527/060525221656 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.