Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2009 FBO #2609
SOLICITATION NOTICE

66 -- Photoacoustic Multigas Monitor

Notice Date
1/15/2009
 
Notice Type
Presolicitation
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, Environmental Protection Agency, Specialized Service Center/Cin. Proc. Operations Div., 26 West Martin Luther King Drive, Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
RFQ-OH-09-00039
 
Response Due
2/5/2009
 
Archive Date
3/5/2009
 
Point of Contact
Point of Contact, Michael Kreacic, Purchasing Agent, Phone (513) 487-2104<br />
 
Small Business Set-Aside
N/A
 
Description
NAICS Code: 334513 The U.S. Environmental Protection Agency (EPA), Office of Research & Development, National Exposure Research Laboratory, Ecological Exposure Research Division, located in Cincinnati, Ohio has a requirement for One (1) Photoacoustic Multigas Monitor with the specificationsin Attachment A Technical Specifications. This is a combined synopsis/solicitation for commercial items 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; quotations are being requested and a written solicitation will not be issued. Refer to RFQ-OH-09-00039 when responding to this request. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-29. This acquisition is set-a-side for small business. The NAICS code is 334513 (2002), the size standard is 500 Employees. All supplies shall be provided to the U.S. EPA, 26 W. Martin Luther King Dr., Cincinnati, OH 45268 after receipt of award. F.O.B. point shall be destination. Price quotes shall include any setup charges. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is applicable and the specific evaluation criteria are as follows: (1) Technical acceptability of the item offered to meet the Government's requirement and (2) price. Technical acceptability shall be evaluated on a pass or fail basis, reference Attachment B Evaluation Criteria. Offers shall provide descriptive technical literature in sufficient detail to demonstrate that the items offered meet the minimum requirements in Attachment A Technical Specifications. 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 FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under FAR 52.212-5 paragraph (b), the following additional clauses apply to this acquisition: 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3 Convict Labor (June 2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004);52.222-50, Combating Trafficking in Persons (Aug 2007); 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); EPAAR 1552.211-79 Compliance With EPA Policies For Information Resources Management (I,II & III)(OCT 2000)(This document can be found at: http:www.epa.gov/docs/etsdop/). Offerors shall submit 1 copy of their offer, referencing RFQ-OH-09-00039, no later than THURSDAY, FEBRUARY 5, 2008 at 2:00 PM EST to Michael Kreacic as follows: via email at kreacic.michael@epa.gov or via fax at 513-487-2107. Quotations may be sent via regular mail to: U.S. EPA, ATTN: Michael Kreacic, Mail Code: NWD-CPOD, 26 West Martin Luther King Drive, Cincinnati, OH 45268, or via Express Mail/Hand Carry to: U.S. EPA, 4411 Montgomery Road, Suite 300, Norwood, OH 45212. Questions may be submitted in writing to Michael Kreacic at FAX number 513-487-2107 or via e-mail at kreacic.michael@epa.gov. Attachment ATechnical SpecificationsRFQ-OH-09-00039 Technical requirements for a portable Photoacoustic Multigas Monitor the purpose of which is to allow quantification of Nitrous Oxide, Carbon Dioxide and Methane in the field: 1.Photoacoustic Multigas Monitor (PMM) Capabilities: a)Multigas Monitor shall be based upon a photoacoustic infrared detection method.b)The PMM shall be field portable (weight less than 21 lb and sized less than 8 x 17 x 13 in), (this could be considered overly restrictive. I would suggest reducing this to 25 lbs and not specifying dimensions unless it is critical)c)The PMM shall suitable for use in harsh, humid, field conditions.d)The PMM shall allow detection ranges for the following:1)N2O from 0.03 to 300 ppm 2)CO2 from 5 to 5,000 ppm3)Methane from 0.4 to 4,000 ppm e)The PMM shall include software compatible with Windows Operating Software. f)The instrument shall have at a minimum the following:1)Dynamic range of 4 orders of magnitude, 2)Repeatability of 1% or less of the measured value, 3)Influence of temperature minimum of +/- 3% or less and pressure of 0.01% or less of the measured value. 2.Microprobe In situ Dissolved Gas Capabilities: a)The PMM shall have the additional capability of accommodating a separate Microprobe to allow in situ measurements of dissolved N2O, CO2 and Methane in water and saturated sediments and soils. 3.Calibration: a)The PMM must be calibrated (including span gasses and Zero/Humidity /H2O Calibration) to facilitate measurements for N2O, CO2 and Methane in the ranges stated above. 4.User Training: a)User training for the PMM must be providedb)Warranty 1 year Attachment BEvaluation Criteria -Commercial Items (Jan 1999)(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:(1) Technical acceptability of the item offered to meet the Government's requirement and (2) Price. Technical acceptability shall be evaluated on a pass or fail basis. Offers shall provide descriptive technical literature in sufficient detail to demonstrate that the items offered meet the minimum requirements in Attachment A Technical Specifications. (b) A written notice of award or acceptance of an offer, mailed or otherwise, furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f06140cd996292925ab1b5f775f78ebb&tab=core&_cview=1)
 
Record
SN01733537-W 20090117/090115220428-f06140cd996292925ab1b5f775f78ebb (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.