Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2008 FBO #2440
SOLICITATION NOTICE

52 -- Air Sampling Pumps

Notice Date
7/30/2008
 
Notice Type
Presolicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Pittsburgh), Post Office Box 18070, Cochrans Mill Road, Pittsburgh, Pennsylvania, 15236-0070
 
ZIP Code
15236-0070
 
Solicitation Number
2008-Q-10771
 
Response Due
8/14/2008
 
Archive Date
8/29/2008
 
Point of Contact
Diane J Meeder,, Phone: (412)386-4412
 
E-Mail Address
DMeeder@cdc.gov
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO ISSUE A PURCHASE ORDER. Centers for Disease Control and Prevention (CDC) intends to issue a purchase order to SKC Inc., manufacturer of Aircheck XR5000 air sampling pumps, 4 cell Li-Ion batteries for Aircheck XR5000 pump, multi charger for 4 cell Li-Ion batteries, and calibrator for Aircheck XR5000 air sampling pumps. The Document Development Branch of NIOSH is currently conducting potential occupational exposure assessments in a variety of workplaces that handle, create or use engineered nano-scale materials. Recently, NIOSH personnel have been asked to measure the air concentrations of extremely small particulate material (10-1000 nanometer scale) during specific nanomaterial production processes. Based on this need, NIOSH requires air sampling pumps that can be used to quantify the nano-scale particulate present in a variety of workplace atmospheres. There is only one type of air sampling pump that is of the correct size, weight, and capable of drawing air across filter media to allow for the measurement of engineered nanoparticles. This instrument is known as the Airchek XR5000 manufactured by SKC, Inc. The air sampling pumps must meet the following requirements: • Have a sampling flow rate range up to 5 Liters per minute (LPM). • Have a run time up to 40 hours at a flow rate of 2 LPM using a high power lithium ion battery. • Have a patented internal flow sensor. • Be able to automatically compensate for air temperature changes. • Have a lockable key pad to prevent tampering. • Have a fault mode that maintains sample time if battery runs low or there is a flow restriction. • Be powered by a high-power lithium ion battery capable of providing power for 40 hours at 2 LPM and 22 hours at 5 LPM. • Have an anti-static plastic case and a particulate trap on the inlet. • Unit must be UL listed and intrinsically safe. • Unit must possess a constant flow compensation feature that can provide a flow rate of 5 LPM at 10 inches of water back pressure, 4 LPM at 20 inches of water back pressure, and 2 LPM at 50 inches of water back pressure. • Unit shall possess a 4-cell, 7.4 volt, 4.4 ampere-hour capacity battery that is rechargeable. • Unit shall be of the following dimensions: 5.5 x 3 x 2.3 inches. This project is supported by justification for other than full and open competition to SKC Inc., under authority of 41 U.S.C.253(c)(1). Responsible sources that believe they possess the expertise and capabilities identified above are encouraged to submit to the Contracting Officer within 15 days from the posting date of this notice, their written product and pricing information in the format they choose, not to exceed 10 pages. Please forward product and pricing information to Diane Meeder, Contract Specialist, Procurement and Grant Branch-V (Pittsburgh), PO Box 18070, 626 Cochrans Mill Road, Pittsburgh, PA, 15236-0070; email Dmeeder@cdc.gov. All vendors must be registered in the Central Contractor Registry (CCR) prior to an award of a federal contract. The website is: www.ccr.gov. The Government will review any/all product and pricing information submitted and determine if other qualified sources do exist that could provide this requirement. Information received in response will be used solely for the purpose of determining whether to conduct a competitive procurement. If no affirmative responses are received within 15 days, in accordance with FAR 13.106-1(b)(1), negotiations will be conducted with SKC Inc., 863 Valley View Rd, Eighty Four, PA 15330-8619 as the only source and a purchase order will be issued without any additional notices being posted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d808d5e0dd6c9b35dc385569b1edf954&tab=core&_cview=1)
 
Record
SN01627000-W 20080801/080730222532-d808d5e0dd6c9b35dc385569b1edf954 (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.