Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2002 FBO #0222
MODIFICATION

66 -- GAS ANALYZERS, CALIBRATOR AND AIR GENERATOR

Notice Date
7/9/2002
 
Notice Type
Modification
 
Contracting Office
Contracts Management Division 26 W. Martin Luther King Drive Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
PR-CI-02-10804
 
Response Due
7/12/2002
 
Small Business Set-Aside
Total Small Business
 
Description
The Synopsis/RFQ is amended to: (1) modify the specifications relating to the measurement principal under the Carbon Monoxide (CO) Aanlyzer to include Non-Dispersive Infrared type in addition to gas correlation, and (2) extend the due date for quotations to 7/15/02. The text is as follows: 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. Solicitation number PR-CI-02-10804 is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-07. This acquisition is a 100% small business set aside. The NAICS code is 334516, the size standard for which is 500 employees. The successful contractor shall provide two (2) analyzers for nitrogen oxides (NOx); two (2) analyzers for total hydrocarbons; one (1) carbon monoxide (CO) analyzer; one (1) carbon dioxide (CO2) analyzer; one (1) dynamic dilution calibrator; and two (2) zero air generators in accordance with the following specifications/statement of work. The gas analyzers and ancillary equipment will used by EPA's National rto support research in heavy-duty diesel emissions. Specifications/Statement of Work: The contractor shall supply gas analyzers and ancillary equipment that meets the following minimum performance specifications and requirements: A. Gas Analyzer Specifications: General: 1. Analyzers shall be suitable for use in a moving vehicle and equipped with rack mounting slides 2. Analyzers shall incorporate provisions for automated data logging by a computerized data acquisition system (DAS) 3. Analyzers shall carry UL or equivalent certification for electrical safety 4. Delivery shall be no later than six (6) weeks after receipt of purchase order 5. Contractor shall provide standard commercial warranty for all equipment 6. Sufficient documentation shall be provided to allow the user to understand how to properly operate and maintain the equipment Nitrogen Oxides (NOx) Analyzer (Quantity 2): 1. Analyzer shall be designated as automated equivalent methods for the monitoring of ambient air quality per the requirements specified by 40 CFR Parts 53 and 58. (A list of the instruments currently carrying EPA equivalency designation is may be found at the website: http://www.epa.gov/ttn/amtic/files/ambient/criteria/reflist.pdf) 2. Measurement principal: chemiluminescence using a closed cell 3. Measurement range: 0 - 50 ppb (volume) 4. Internal zero capability and air drier for ozone generator 5. External sample pump 6. Electrical power requirements: 110 VAC; 60 Hz Carbon Monoxide (CO) Analyzer (Quantity 1): 1. Analyzer shall be designated as automated equivalent methods for the monitoring of ambient air quality per the requirements specified by 40 CFR Parts 53 and 58. (A list of the instruments currently carrying EPA equivalency designation may be found at the web site: http://www.epa.gov/ttn/amtic/files/ambient/criteria/reflist.pdf.) 2. Measurement principal: gas filter correlation or non-dispersive infrared analysis. 3. Measurement range: 0 - 50 ppm (volume) 4. Analyzer shall be equipped with appropriate vibration isolation for operation in a moving vehicle. Analyzer will be installed in a shock-mounted rack insquirements: A. Gas Analyzer Specifications: General: 1. Analyzers shall be suitable for use in a moving vehicle and equipped with rack mounting slides 2. Analyzers shall incorporate provisions for automated data logging by a computerized data acquisition system (DAS) 3. Analyzers shall carry UL or equivalent certification for electrical safety 4. Delivery shall be no later than six (6) weeks after receipt of purchase order 5. Contractor shall provide standard commercial warranty for all equipment 6. Sufficient documentation shall be provided to allow the user to understand how to properly operate and maintain the equipment Nitrogen Oxides (NOx) Analyzer (Quantity 2): 1. Analyzer shall be designated as automated equivalent methods for the monitoring of ambient air quality per the requirements specified by 40 CFR Parts 53 and 58. (A list of the instruments currently carrying EPA equivalency designation is may be found at the website: http://www.epa.gov/ttn/amtic/files/ambient/criteria/reflist.pdf) 2. Measurement principal: chemiluminescence using a closed cell 3. Measurement range: 0 - 50 ppb (volume) 4. Internal zero capability and air drier for ozone generator 5. External sample pump 6. Electrical power requirements: 110 VAC; 60 Hz Carbon Monoxide (CO) Analyzer (Quantity 1): 1. Analyzer shall be designated as automated equivalent methods for the monitoring of ambient air quality per the requirements specified by 40 CFR Parts 53 and 58. (A list of the instruments currently carrying EPA equivalency designation may be found at the web site: http://www.epa.gov/ttn/amtic/files/ambient/criteria/reflist.pdf.) 2. Measurement principal: gas filter correlation or non-dispersive infrared analysis. 3. Measurement range: 0 - 50 ppm (volume) 4. Analyzer shall be equipped with appropriate vibration isolation for operation in a moving vehicle. Analyzer will be installed in a shock-mounted rack inside the trailer of a heavy duty truck. Photoacoutstic instruments are NOT acceptable. 5. Internal zero catalytic scrubber and span valve for external cylinder with shut-off valve 6. Internal sample pump 7. Electrical power requirements: 110 VAC; 60 Hz Carbon Dioxide (CO2) Analyzer (Quantity 1): 1. Measurement principal: gas filter correlation using a closed cell 2. Measurement range: 0 - 1000 ppm (volume) 3. Lower detection limit: 0.2 ppm (volume) 4. Analyzer shall be equipped with appropriate vibration isolation for operation in a moving vehicle. Analyzer will be installed in a shock-mounted rack inside the trailer of a heavy duty truck. Photoacoutstic instruments are NOT acceptable. 5. Internal zero and span valve for external cylinder with shut-off valve 6. Internal sample pump 7. Electrical power requirements: 110 VAC; 60 Hz Hydrocarbon Analyzer (Quantity 2): 1. Measurement principal: heated flame ionization detector (FID) 2. Measurement range: 0 - 10 ppm (volume) 3. Lower detection limit: 0.01 ppm (volume) carbon 4. Internal heated sample pump 5. Electrical power requirements: 110 VAC; 60 Hz B. Specifications for Zero Air Generators: 1. Principal of operation: oxidation and ozonification 2. Flow rate: > 5 L/min 3. Inlet and outlet pressure regulators and filters 4. Pure air output: < 1 ppm (volume) THC, CO, NOx, CO2 5. Standard Commercial Warranty C. Calibrator Specifications: The dynamic dilution calibrator shall meet the following specifications: 1. Capable of handling at least 4 calibration gases plus 1 diluent gas 2. Incorporate microprocessor-controlled precision mass flow meters capable of being traceable to a NIST primary flow standard 3. Diluent flow controller range: 0 - 20 L/min 4. Calibration gas flow controllers: 50 cm3/min, 100 cm3/min, 500 cm3/min, and 1 L/min 5. All flow controllers capable of handling corrosive gases. Examples of corrosive gases include, but are not limited to, THC, CO, NOx, CO2, HCI, SO2, etc. Stainless steel material is acceptable. 6. Flow accuracy shall be within + 1% of full scale 7. Flow precision shall be within + 1% of full scale 8. Flow linearity shall be within + 0.5% of full scale 9. Electrical requirements: 115 VAC; 60 Hz; UL certification 10. Capable of automated operation according to a pre-programmed sequence 11. Operate under computer control using a Windows-based software package provided with the instrument using RS-232 or RS-232 serial interface 12. Port connections: 1/4 -inch stainless steel with Swagelok connections 13. Delivery: no later than six (6) weeks after receipt of purchase order 14. Warranty: standard commercial warranty 15. Documentation: sufficient documentation to allow the user to understand how to properly operate and maintain the equipment All Items shall be delivered to the U.S. EPA Shipping and Receiving, Page Road and I-40, Research Triangle Park, NC, 27711 no later than six weeks after contract award. F.O.B. point shall be destination. 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 acceptablility 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 techncial literature in sufficient detail to demonstrate that the items offered meet the minimum requirements specified above. 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 Conases. Examples of corrosive gases include, but are not limited to, THC, CO, NOx, CO2, HCI, SO2, etc. Stainless steel material is acceptable. 6. Flow accuracy shall be within + 1% of full scale 7. Flow precision shall be within + 1% of full scale 8. Flow linearity shall be within + 0.5% of full scale 9. Electrical requirements: 115 VAC; 60 Hz; UL certification 10. Capable of automated operation according to a pre-programmed sequence 11. Operate under computer control using a Windows-based software package provided with the instrument using RS-232 or RS-232 serial interface 12. Port connections: 1/4 -inch stainless steel with Swagelok connections 13. Delivery: no later than six (6) weeks after receipt of purchase order 14. Warranty: standard commercial warranty 15. Documentation: sufficient documentation to allow the user to understand how to properly operate and maintain the equipment All Items shall be delivered to the U.S. EPA Shipping and Receiving, Page Road and I-40, Research Triangle Park, NC, 27711 no later than six weeks after contract award. F.O.B. point shall be destination. 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 acceptablility 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 techncial literature in sufficient detail to demonstrate that the items offered meet the minimum requirements specified above. 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 52.215-5 paragraph (b), the following additional clauses apply to this acquisition: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Verterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-1, Buy American Act--Balance of Payments Program - Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-15, Sanctioned European Untion Country End Products; and FAR 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration. Offerors shall submit 2 copies of their quotations no later than July 2, 2002 to Kathleen Roe as follows: via regular mail: U.S. EPA, Contracts Management Division, 26 West Martin Luther King Drive, Cincinnati, OH 45268, or via Express Mail/Hand Carry: U.S. EPA, 4411 Montgomery Road, Suite 300, Norwood, OH 45212. Faxed quotations are acceptable and may be sent to (513)487-2109. Quotations may sent electronically via e-mail to roe.kathleen@epa.gov. Questions or comments may be directed to Kathleen Roe at (513-487-2144) or via e-mail at roe.kathleen@epamail.epa.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (09-JUL-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 10-JUL-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
The Environmental Protection Agency
(http://www.epa.gov/oam/solicit)
 
Record
SN00113406-W 20020712/020710213510 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.