SOLICITATION NOTICE
66 -- ) Specialized gas-phase air monitoring instrument
- Notice Date
- 6/1/2010
- Notice Type
- Presolicitation
- Contracting Office
- 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-10-00109
- Response Due
- 6/25/2010
- Archive Date
- 7/25/2010
- Point of Contact
- Point of Contact, Samantha Fuchs, Purchasing Agent, Phone (513) 487-2347
- E-Mail Address
-
U.S. Environmental Protection Agency
(Fuchs.Samantha@epamail.epa.gov)
- Small Business Set-Aside
- N/A
- Description
- NAICS Code: 334516 The U.S. Environmental Protection Agency (EPA), Office of Research and Development, National Exposure Research Laboratory, located in RTP, North Carolina has a requirement for One (1) Specialized gas-phase air monitoring instrument, based on laser spectroscopy technology,with the specifications listed in Attachment A (below): 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-10-00109-0 when responding to this request. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40. The NAICS code is 334516 Analytical Laboratory Instrument Manufacturing, the size standard is 500 Employees. All equipment and supplies shall be provided to the U.S. EPA, 86 T. W. Alexander Drive, Durham, NC 27713 after receipt of award. F.O.B. point shall be destination. Price proposals shall include installation and 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 in Attachment B (below). 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 (Mar 2009). 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: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006). FAR 52.219-14, Limitations on Subcontracting (Dec 1996), FAR 52.222-3, Convict Labor (June 2003), FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009), FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26, Equal Opportunity (Mar 2007), FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.222-50, Combating Trafficking in Persons (Aug 2007), FAR 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007), FAR 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007), FAR 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 2009), FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008), FAR (36) 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), (These documents can be found at: http:www.epa.gov/docs/etsdop/). Offerors shall submit 1 copy of their offer, referencing RFQ-OH-10-00109-0, no later than FRIDAY, June 25, 2010 at 3:00 PM EDT to Samantha Fuchs as follows: via email at fuchs.samantha@epa.gov or via fax at 513-487-2107. Quotations may be sent via regular mail to: U.S. EPA, ATTN: Samantha Fuchs, Mail Code: NWD-CPOD, 26 West Martin Luther King Drive, Cincinnati, OH 45268, or via Express Mail/Hand Carry to: U.S. EPA, MS-NWD-001, 4411 Montgomery Road, Suite 300, Norwood, OH 45212. I.Attachment A Minimum Specifications for Purchase of Gas-Phase air monitoring instrument DESCRIPTION OF THE SUPPLIES/SERVICES: General DescriptionThe National Exposure Research Laboratory (NERL) is seeking a specialized gas-phase air monitoring instrument, based on laser spectroscopy technology, for the purpose of stressor characterization research. Based upon the intended use of the instrument for mobile sampling in ambient environments, the instrument shall provide high precision trace gas measurements, fast-response sampling capability, low power and space requirements, and have integrated real-time data collection and processing. The instrument shall be capable of measuring the stable isotopes of nitrous oxide (N2O) at trace levels, with the capability to be easily reconfigured by the user to measure other trace gas species by simply trading out internal sensors. The instrument shall be a current commercial product and shall have a proven track record of measuring ambient concentrations while deployed to outdoor field environments or onboard an aircraft. Technical SpecificationsThe following technical specifications shall be met in order for the NERL scientists to be able to use this instrument in planned source characterization research studies. Data sampling requirements:- The purchased instrument shall be delivered a complete package, including detectors, sampling pump, and data communications.- The instrument shall be able to simultaneously measure two chemical species within one instrument, with measurement time response of <1 second after introduction of atmospheric sample.- The instrument shall possess a measurement range of 0.01 to 30,000 ppb for N2O.- The instrument shall possess measurement accuracy within 15% of actual over full range.- The instrument shall possess a measurement precision (1 second time constant) of <0.5 ppb for N2O. - The instrument shall be easily reconfigurable by the user by trading only internal sensors to measure the following additional compounds at <1 ppb detection:NH3, CH4, SO2, NO2, NO, 13CO2/12CO2. Power, dimensional, and environmental conditions:- The entire instrument assembly shall easily fit into the back of a small car along with other air monitoring instruments. Space limitations are 30" x 30" x 30" (not including any external pump); weight limitation is 300 lbs.- Power consumption limitations: < 1000 Watts, 120/240 V, 50/60 Hz (entire instrument assembly, including any external pump and temperature control apparatus).- The instrument shall be capable of maintaining specified performance and calibration while undergoing the mechanical vibration associated with typical paved-road driving conditions.- The instrument shall be capable of maintaining specified performance and calibration under fluctuating external temperatures (0 C to 40 C). - Allowable liquid coolants: water. Data acquisition, processing, and communications requirements:- The instrument shall have a Windows-based computer program allowing the user to control the instrument and view data while the instrument is sampling.- The instrument shall have real-time and automated data acquisition, without requiring user interaction during sampling.- The instrument shall have a RS232 serial port data output and analog data output. Delivery timing:- The vendor shall be capable of delivering the instrument within 6 months of ordering. Warranty Requirements - One (1) Year on all equipment and labor. Training Requirements: Shall provide as a minimum 2 days (8 hours per day) of on-site training. Documentation Requirements: The contractor shall provide documentation sufficient for the user to understand how to properly operate and maintain the equipment Electrical Certification Requirements: The equipment shall be UL certified or equivalent. ATTACHMENT B Evaluation Criteria A. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose proposal conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate proposals: technical acceptability, previous experience, past performance, and price. The following requirements will be evaluated on a Best Value basis. Offerors shall provide information to demonstrate / substantiate that the proposal meets the minimum requirements. Offerors shall:1. Provide technical information to demonstrate/substantiate that its proposed system meets the Specifications in Attachment A. 2. Provide a list of references for projects (contracts or sub-contracts) completed in the past three (3) years which are similar in nature to this requirement and are capable of providing Past Performance information. The references listed may include those projects (contracts or subcontracts) with Federal, State and Local governments, and commercial businesses, which are of similar scope, magnitude, relevance, and complexity to the requirement that is described in the RFP. Provide a short description of the project (contract or subcontract) for each reference, with the name of the organization, telephone/fax number, e-mail address, and period of performance. B. Responses to the above factors shall be evaluated on the following scale: Superior: Exceeds the Government's minimum requirements. Acceptable: Meets the minimum requirements of the SOW. Unacceptable: Does not meet all requirements of the SOW. C. After the responses have been evaluated against the factors above, an order is expected to be placed with the offeror that represents the Best Value to the government. Price may not be the determining factor. Best and final proposals should be provided. Discussions may be conducted as necessary at the government's discretion after receipt of proposals. D. A written notice of award or acceptance of a proposal, mailed or otherwise, furnished to the successful offeror within the time for acceptance specified in the proposal, shall result in a binding contract without further action by either party. Before the proposal's specified expiration time, the Government may accept a proposal (or part of a proposal), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Contracting Office Address: Environmental Protection Agency, Specialized Service Center/Cin. Proc. Operations Div., 26 West Martin Luther King Drive, Cincinnati, OH 45268 Primary Point of Contact.: Samantha FuchsContract Specialistfuchs.samantha@epa.govPhone: 513-487-2347Fax: 513-487-2107
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/RFQ-OH-10-00109/listing.html)
- Record
- SN02164640-W 20100603/100601234238-39a98993cd195137505b8eba78210555 (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 |