SOURCES SOUGHT
66 -- Dual Component O2/CO2 Continuous Emission Monitor
- Notice Date
- 3/13/2012
- Notice Type
- Sources Sought
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- CPODUS Environmental Protection Agency26 West Martin Luther King DriveMail Code: NWDCincinnatiOH45268USA
- ZIP Code
- 00000
- Solicitation Number
- RFQ-OH-12-00034
- Response Due
- 3/27/2012
- Archive Date
- 4/26/2012
- Point of Contact
- Nicole Modafari
- E-Mail Address
-
Modafari.Nicole@epa.gov
(Modafari.Nicole@epa.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT SYNOPSIS FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. In preparation for a future procurement, the Environment Protection Agency (EPA) is performing ?market research? to determine potential sources that are small businesses. The Environmental Protection Agency (EPA)?s National Risk Management Research Laboratory (NRMRL) requires a commercially available O2/CO2 dual component Continuous Emission Monitor (CEM) to be used to accurately measure combustion emissions generated from the oxy-fuel combustion process. The followings are the minimum specifications of the required dual component O2/CO2 CEM: ?Must support all of the following measurements/ranges simultaneously within the same unit: o0-25% O2, o0-100% CO2, ?O2 detection principal can be paramagnetic or fuel cell?O2 response time 16 seconds or less?CO2 detection principal must be Non-Dispersive infrared (NDIR)?CO2 response time 1 second or less?Must have push button zero and span calibration capabilities?Must have a backlit LCD readout displaying all measurements in engineering units (e.g., ppm, %)?Must have self diagnostic capabilities?Must be microprocessor controlled?Must have 0-10 VDC (or lower voltage) analog outputs for each measurement channel?Repeatability must be within 0.5% of full scale?Must be linear within 1% of full-scale?Zero/span drift must be less than 2% of full-scale/week?Must have optically isolated digital inputs supporting range switching and auto-calibration?Must have digital output relays for range identification and indication of calibration in progress?Standard industry warrantyThe successful contractor of any resultant contract will be expected to provide all necessary labor, materials, and services in support of the efforts delineated by the Specifications. Any interested firms should submit capability statement with information that clearly demonstrates their capabilities to provide the equipment described above. Standard company brochures will not be considered a sufficient response to this Sources Sought Synopsis. It is anticipated that the contract will be Firm Fixed Price (FFP) with delivery 30 days of award. The applicable NAICS code is 334513 (Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables) with a size standard of 500 employees. In the capabilities statements, contractors should provide their size status for the above referenced NAICS code, (i.e. large, small) and whether or not they are a certified hub zone, 8(a), women-owned, small-disadvantaged and/or disabled veteran owned concern. As a reminder, small businesses are required to perform at least 50 percent of the costs of the contract performance with their own personnel (FAR 52.219-14). The EPA reserves the right to set this action aside for small businesses. These capability statements are merely and aid to the EPA?s market research efforts. Respondents are advised that EPA is under no obligation to provide respondents with any feedback on the informa tion received. Responses to the above should be submitted to Nicole Modafari, U.S. EPA, Cincinnati Procurement Operations Division, no later than 4:30 P.M. EST Tuesday, March 27, 2012 via email at Modafari.Nicole@epa.gov. A separate synopsis will be issued for the Request for Proposal (RFQ), resulting from this sources sought synopsis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/RFQ-OH-12-00034/listing.html)
- Place of Performance
- Address: U.S. EPA109 T.W. Alexander Dr.Mail Drop E305-01Research Triangle ParkNC27711USA
- Zip Code: 27711
- Zip Code: 27711
- Record
- SN02694878-W 20120315/120313234731-4e28a16d29b1abb60fbbeeabc9843e65 (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 |