Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2002 FBO #0118
SOLICITATION NOTICE

52 -- DC1678-FINE PM SYSTEM, PM2.5 DENUDERS

Notice Date
3/28/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Oar Service Center/Oaqps, Rtp Procurement Operations Division, Research Triangle Park, NC 27711
 
ZIP Code
27711
 
Solicitation Number
RFQ-RT-02-00196
 
Response Due
4/20/2002
 
Archive Date
5/20/2002
 
Point of Contact
Point of Contact, William Newby, Purchasing Agent, Phone (919) 541-5296
 
E-Mail Address
Email your questions to U.S. Environmental Protection Agency
(newby.william@epa.gov)
 
Description
NAICS Code: 421830 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, 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. The solicitation number is PR-RT-02-00419 and the solicitation is being issued as a Request for Proposal solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. A firm-fixed-price purchase order is anticipated to result from the award of this solicitation. This procurement is a total small business set aside and the NAICS No. is 3823 with a size standard of 500 employees. This acquisition is for Fine PM System, PM 2.5 Denuders as defined below. The EPA has a requirement for testing fine particulate matter as follows: FINE PARTICULATE MATTER- DILUTION SAMPLING TRAIN SYSTEM SPECIFICATIONS - BACKGROUND The Office of Air Quality Planning and Standards (OAQPS) is currently developing a standard testing procedure for fine particulate matter (FPM) which is based on particles 2.5 microns and smaller being emitted from source emissions. In the ongoing development effort OAQPS has concluded that a new type of test equipment based on a dilution sampling train design must be used. To be effective this equipment must be of a size and design that it can transported to field sites and be used on stack platforms. System hardware that comes in contact with the stack gas sample shall be made of glass or Teflon or metal coated with Teflon. The system pumps and electronics shall work on 120 volt AC. The maximum weight of system components shall not exceed 70 pounds per component. Specific requirements: 1. System will include in-stack cyclones for PM10 and PM2.5 in accordance with U.S. EPA Preliminary Method 004. System will include all necessary hardware to attach the cyclones to a standard Method 5 sampling probe. 2. System will include an isokinetic sampling probe as per US EPA Method 5. The sampling probe shall be 5'EL with a glass liner and heater. 3. System will include a heated enclosure for the sample gas venturi flow meter. The heated enclosure will be capable of maintaining temperature of 10?F higher than the stack temperature. The enclosure will include a front probe support and rear mixing chamber support. The enclosure will include type K thermocouples for (1) monitoring the enclosure temperature and (2) monitoring the sample gas temperature. 4. System will include a dehumidifier for the dilution air. The dehumidifier will be capable of removing 1-7/8 pints/hour of water from 70 cubic feet per minute (CFM) of air at 80?F and 60% relative humidity (RH). The electrical requirements for the dehumidifier will be 15 Amps at 120V/60Hz. The dehumidifier will be low maintenance, i.e., not requiring periodic water removal or refrigerant service. 5. System will include a high efficiency particulate (HEPA) filter for the dilution air. The HEPA filter will be rated for a minimum of 70 CFM and provide a minimum 99.97% efficiency for 0.30 micron size dioctal phthalate (D.O.P) particles. 6. System will include dilution/mixing components made of tri-clamp flange design. These components will be Teflon coated stainless steel. The components include the following: a. Adapter from sample venturi to mixing tee (includes a thermocouple tap). b. Mixing tee (1.5" size). c. Adapter from dilution hose to mixing tee (includes a pressure tap). d. Static mixer (1.5" size). The static mixer includes a removable element which allows for easy post test rinsing/clean-up. It also includes a tap for diluted sample extraction. e. Elbow for vertical arrangement of the static mixer (1.5" size). 7. System will include venturi flow meters as follows: a. A calibrated sample gas venturi will be included. It will be made of Teflon coated S.S. b. Two calibrated dilution gas venturi flow meters will be included. These will be made of PVC or comparable plastic material. 8. System will include a 142MM filter holder. The filter holder will be made of aluminum. The inlet half of the holder will be Teflon coated and the connection will be the tri-clamp design to attach to the outlet of the static mixer. The holder will include a S.S. frit and filter clamp. 9. System will include a Speciation Module with four independent flow paths. The Speciation Module will include four pairs of annular denuders (8 total) and four 47MM Teflon filter holders. The Speciation module will be capable of holding 16 annular denuders in 4 independent flow paths (4 in series X 4 flow paths). The annular denuders will be the 3-channel design, 30MM in diameter and 242MM long. The annular denuders will have a S.S. outer shell. Upstream of the filters, all components in contact with the sample gas will be made of glass or Teflon. The Speciation Module will include calibrated flow control for each flow path. 10. System will include two Relative Humidity (RH) sensors for real-time monitoring of the stack gas moisture. The RH sensors will have an accuracy of +/- 2% between 0-90% RH. 11. The system will include a Data Acquisition Module (DAQ) capable of the following: a. The DAQ will be capable of monitoring and recording the following system pressures: i. Venturi dP for dilution gas ii. Venturi dP for sample gas iii. Stack pitot dP iv. Stack static pressure v. Static mixer and 142MM filter dP b. The DAQ will be capable of monitoring and recording both RH sensors. c. The DAQ will be capable of monitoring and recording the following temperatures: i. Stack ii. Probe iii. Sample venturi enclosure iv. Dilution gas at the dilution venturi v. Sample gas at the sample venturi vi. Mixed exhaust vii. Gas at flow controllers in the Speciation Module d. The DAQ will be capable of providing real-time calculations of the following: i. Stack moisture (%) ii. Stack velocity iii. Nozzle velocity iv. Isokinetic % v. Cyclone flow rate (ACFM) vi. Sample flow rate (DSCFM) vii. Dilution ratio viii. Dilution flow rate (DSCFM) ix. PM10 cyclone D50 x. PM2.5 cyclone D50 e. The DAQ will be capable of providing real-time control of the sample gas flow, dilution gas flow and mixed exhaust gas flow. 12. System will include a Valve Module that will provide electronic flow control for the sample gas flow, dilution gas flow and mixed exhaust gas flow. The Valve Module will include two electronic valves that will be controlled by the DAQ module. 13. System will include a standard US EPA Method 5 isokinetic console and pump. The console and pump will be used to provide back-up monitoring of the following: a. Venturi dP for sample gas b. Stack gas pitot dP c. Various temperatures 14. System will include a blower for total exhaust flow with the following specs: a. Vacuum ? 100" H2O sealed b. Flow with 2" orifice ? 100 CFM The following FAR provisions apply (which can be downloaded at a following site: http://www.epa.gov/oamrtpnc/spclaus/index.htm) apply to this solicitation: 52.212-1, Instructions to Offerors?-Commercial Items, and 52.212-2, Evaluation-?Commercial Items. Offeror shall include with their offer a completed copy of provision 52.212-3, Offeror Representations and Certification--Commercial Items. The following FAR clause applies to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items. The following additional FAR clauses which are cited in clause 52.212-5 are applicable to the acquisition: 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer. All technical questions are to be forwarded to the Contract Specialist at the following email address: newby.william@epa.gov. Offerors should review any other information posted with this Request for Quotation on EPA's website at the following address: http//www.epa.gov/oam/rtp_cmd. Offerors should frequently go to the website and click on this RFQ to check the status of this procurement and to ascertain if any amendments have been issued. It is the offeror's responsibility to frequently check the web site for an updated status and amendments. Submit quotations to William A. Newby, Contract Specialist, U.S. Environmental Protection Agency, RTP Procurement Operations Division, Mail Code E105-02, Research Triangle Park, NC 27711. Courier Delivery Address is: U.S. Environmental Protection Agency, Mail code E105-02, 4930 Old Page Road, Research Triangle Park, NC 27709. All offers are due by April 15, 2002, 4:00PM EDT. No telephonic requests will be honored.
 
Record
SN00049928-W 20020330/020328213458 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.