Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2011 FBO #3680
SOLICITATION NOTICE

66 -- Cobined Synopsis/Solicitation for UV DOAS System

Notice Date
12/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
HPODUS Environmental Protection AgencyAriel Rios Building1200 Pennsylvania Avenue, N. W.Mail Code: 3803RWashingtonDC20460
 
ZIP Code
20460
 
Solicitation Number
TF-HPOD-12-0005
 
Response Due
1/9/2012
 
Archive Date
2/8/2012
 
Point of Contact
Trina Fisher fisher.trina@epa.gov
 
E-Mail Address
Fisher, Trina
(Fisher.Trina@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and under the authority of FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation includes the incorporated provisions and clauses in effect through Federal Acquisition Circular 05-54. The North American Industry Classification System (NAICS) Code for this procurement is 334516 with an SBA size standard of 500 employees and this requirement is not being conducted as a small business set-aside. The US EPA Office of Enforcement and Compliance Assurance (OECA), has a requirement for a UV-DOAS Opto-Analyzer (AR-500) with movable grating and other related equipment in accordance with the attached specifications. The analyzer and other equipment requested by OECA must have the following features: 1.UV-DOAS Opto-Analyzer (AR-500) with movable grating. Prepared for sulfur dioxide, nitrogen dioxide, ozone, ammonia, benzene, toluene, p-xylene, styrene, formaldehyde, mercury, and carbon disulfide with individual reference calibration files and configured 10256 data collection software. Use all new factory evaluation files (no files from analyzer E-466). Drill and tap the analyzer front at the location that covers the spectrometer and install two Swaglok elbow fittings such that ?? Teflon tubing can be attached to run dry air through the spectrometer to protect the optics.2.UV grating (3,600 rule) for BTX.3.USB bootstick.4.WE020 IoMan unit with modules for logging for logging meteorological sensors. Note: one sensor will be an EPA-owned R.M. Young Model 81000 VRE 3-axis sonic anemometer. The 81000 VRE connection is a RS232 9-pin that can be connected if necessary to USB with an adapter cable. The RS232 9-pin wiring is as follows: Serial Outputs: RS232 at 38,400 Baud, 8 bit, non, 1 bit, none.RS232 Pin #5 to TX. Pin # 3 to RX. Pin # 2 to Serial Ref.Four serial output strings of 10 parameters each per second (can be changed), including (in order): U (orthogonal wind speed, m/s)V (orthogonal wind speed, m/s) W (orthogonal wind speed, m/s)2-D wind speed (m/s)3-D wind speed (m/s)AzimuthElevation (tilt)Speed of soundSonic temperature (C)Voltage 5.UV filter for ammonia measurements motorized in receiver.6.R.M. Young temperature 41432LC sensor including radiation shield. 4020mA exit.7.R.M. Young barometric pressure sensor 61302L with 4-20mA exit.8.EnvirMan ComVisioner and Reporter Modules for Windows 7. Custom configuration disk for user-installation of analyzer settings for EnviMan programs.9.Delivery must be F.O.B. destination the National Enforcement Investigations Center (NEIC) at Denver Federal Center, Bldg 25, Denver, CO 80225. The exact dollar amount of any and all shipping, handling, insurance and F.O.B. destination fees must be conspicuously listed as a separate line item on quotations. The Government anticipates issue of a firm-fixed-price (by line item) Purchase Order for this requirement. Basis for Award: The Government will make award to the responsive, responsible firm, whose quotation is most advantageous to the Government on a best value basis. Instructions: FAR 52.212-1 "Instructions to Offerors - Commeicial" applies to this acquisition. Offerors are to include a copy of FAR provision 52.212-3 "Offeror Representations and Certifications - Commercial Items" with their response. The following FAR clauses also apply: 52.212-4 "Contract Terms and Conditions - Commercial Items" and 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items", with the clauses cited further in this synopsis as being applicable. The aforementioned provisions and clauses can be accessed electronically at http://acquisition.gov/comp/far/index.html. Prospective sources are reminded that award can only be made to a contractor who is registered in the Central Contractor Registration (www.ccr.gov) database with an active Dun & Bradstreet Number. FAR 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items"The following are applicable to this requirement:52.222-50 Combating Trafficking in Persons (FEB 2009)52.233-3 Protest After Award (AUG 1996)52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010)52.209-6 Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010)52.219-6 Notice of Total Small Business Set-Aside (JUN 2003)52.219-28 Post Award Small Business Program Representation (APR 2009)52.222-3 Convict Labor (JUN 2003)52.222-19 Child Labor ? Cooperation with Authorities and Remedies (JUL 2010)52.222-21 Prohibition of Segregated Facilities (FEB 1999)52.222-26 Equal Opportunity (MAR 2007)52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010)52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEPT 2010)52.225-3 Buy American Act ? Free Trade Agreements ? Israeli Trade Act Alternate I (JAN 2004)52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (OCT 2003) Quote Submission: Offerors shall submit a firm-fixed-price quote (by line item) for issue of a Purchase Order. Partial quotes will not be accepted for this requirement. Vendors are encouraged to direct any questions by e-mail only to the Contract Specialist, Trina Fisher, at fisher.trina@epa.gov - no telephone inquiries will be accepted - no later than January 2, 2012 at 4:00 PM EST. In addition, the FAR 52.212-3 representations and certifications shall be submitted. Responses are due no later than January 9, 2012 at 4:00 PM EST and should be submitted via email to Trina Fisher at fisher.trina@epa.gov. No telephone inquiries shall be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/TF-HPOD-12-0005/listing.html)
 
Record
SN02642440-W 20111222/111220234309-9a75bc376a4f7e7ce2351b15ed40f094 (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.