SOLICITATION NOTICE
66 -- PROCUREMENT OF PM2.5 CARBON SPECIATION SAMPLERS FOR THE CHEMICAL SPECIATION NETWORK
- Notice Date
- 2/8/2008
- Notice Type
- Solicitation Notice
- Contracting Office
- WASO - WCP - Denver Contracting & Procurement P.O. Box 25287 MS WCP Denver CO 80225
- ZIP Code
- 80225
- Solicitation Number
- N2350086034
- Archive Date
- 2/7/2009
- Point of Contact
- Sybil Winfield Contract Specialist 3039692076 sybil_winfield@contractor.nps.gov;
- E-Mail Address
-
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- N2350086034 PROCUREMENT OF PM2.5 CARBON SPECIATION SAMPLERS FOR THE CHEMICAL SPECIATION NETWORK The National Park Service (NPS), in cooperation with the U.S. Environmental Protection Agency (EPA), is planning to procure an estimated 70 to 140 PM2.5 carbon aerosol samplers for implementation into the Chemical Speciation Network (CSN). This CSN PM2.5 carbon aerosol sampler provides for the measurement of the mass concentration of fine particulate matter having an aerodynamic diameter less than or equal to a nominal 2.5 micrometers (PM2.5) in ambient air. Samples are collected on a filter substrate over a 24-hour period. The filters are subsequently laboratory analyzed for carbon species or classes of carbon. The PM2.5 carbon aerosol sampler is specified by a combination of design and performance requirements. The design is identical in most respects to the Interagency Monitoring of Protected Visual Environments (IMPROVE) Network Version II Module C, except that an active mass or volumetric flow control unit has replaced the critical orifice. The sample train of the sampler (including the inlet cap, inlet tube, cyclone, four-filter manifold, cassette, etc.) must exactly match the IMPROVE Version II Module, with no exceptions. See http://www.nature.nps.gov/air/monitoring/carbonSamplerSpecs/ for carbon sampler specifications. The sampler shall also include an air pump, active volumetric or mass flow rate control unit, flow measurement device, filter temperature sensor, barometric pressure sensor, programmable controller, and data-logging system for all parametric sensors or measurement devices, i.e., flow rate, temperature, pressure, date and time, calibration and audit results. The sampler should be equipped with an outdoor environmental enclosure, self-supporting stand and suitable mechanical, electrical, or electronic control capability to meet or exceed the specified design and functional performance. Sampler control and performance are also explicitly specified to accommodate CSN and IMPROVE quality assurance and data management requirements. Control and sample collection programming, monitored parameters, digital file formats, filter and data management procedures, and other operational performance must fully meet the specific criteria set forth in this procurement. Manufactured systems (or system components) must be individually packaged for UPS/FedEx ground shipment, be accompanied by a detailed operator/instruction manual, include packaging and assembly instructions, and be covered by a one-year warrantee. The samplers must be manufactured exactly as specified in an ISO 9001-registered facility. It is anticipated that 50 to 70 samplers will be purchased in 2008, with the possibility of an additional 50 to 70 samplers purchased in 2009. Delivery of the first of the 2008 samplers must begin within 16 weeks of the order in lots of at least 10 per month. An Indefinite Delivery Indefinite Quantity (IDIQ) contract will be created for up to 2 years (1 year plus a 1 year option). Minimum order would be 50 samplers. " Tentative solicitation Issue Date: March 3, 2008 " Title of Project: Procurement of PM2.5 Carbon Speciation Samplers for the Chemical Speciation Network " Type of Procurement: An indefinite quantity indefinite delivery negotiated fixed price contract is anticipated for award requiring submission of both a technical and a price proposal. The government will consider an offeror's technical capability in comparison to its price. The contract is anticipated for a base period of one year with one one-year option period. " Contract award is anticipated to be made in May/June 2008. " Estimated price range, $500,000 to $1,000,000. " Tentative proposal receipt date is approximately April 1, 2008; actual date will be established in the solicitation. " All responsible sources may submit an offer that will be considered. Please contact Sybil Winfield, Contract Specialist, (303)969-2076; sybil_winfield@nps.gov if you have any questions.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2824334)
- Place of Performance
- Address: Contractor location to be determined. Main National Park Service location is Lakewood, Colorado
- Zip Code: 80228
- Country: USA
- Zip Code: 80228
- Record
- SN01504517-W 20080210/080208230309 (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 |