Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2003 FBO #0736
MODIFICATION

66 -- SPECIATING MERCURY (HG) CONTINUOUS EMISSION MONITOR

Notice Date
12/1/2003
 
Notice Type
Modification
 
Contracting Office
Environmental Protection Agency, Ord Service Center, 26 West Martin Luther King Drive, Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
RFQ-OH-04-00027
 
Response Due
12/12/2003
 
Archive Date
1/12/2004
 
Point of Contact
Point of Contact, Charles Mccormick, Purchasing Agent, Phone (513) 487-2047
 
E-Mail Address
Email your questions to U.S. Environmental Protection Agency
(mccormick.charles@epa.gov)
 
Description
NAICS Code: 334519 This notice is issued to conform the Response Date to the indicated date of closing: 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 RFQ-OH-04-00027 is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-16. This acquisition is processed using full and open competition. The NAICS code is 334519, Other Measuring and Controlling Device Manufacturing. SPECIFICATION: The contractor shall provide a Real-time, Speciating Mercury (Hg) Continuous Emission Monitor (CEM) which meets the following minimum specifications: 1) Capable of performing simultaneous total and elemental Hg (speciated Hg) measurements from combustion processes on a true real-time basis (no preconcentration). 2) Analysis shall be by CVAAS detection method. 3) Two (2) independent CVAAS detector systems shall be supplied (one for elemental Hg, one for Total Hg) with each capable of operating simultaneously. 4) The CVAAS systems shall be housed in a single, freestanding enclosure. 5) The offered product must be capable of quantifying Hg emissions in multiple measurement auto ranges (e.g., 0-50ug/m3, 0-100ug/m3, 0-1000ug/m3) with 0.1ug/m3 resolution. 6) The offered product must be able to accurately quantify Hg emissions levels less than or equal to 0.5 ug/m3. 7) The offered product must possess auto zeroing capabilities (interval greater than 30 min). 8) Conversion of oxidized forms of Hg to detectable elemental Hg can not be accomplished using wet chemistry (i.e., impinger solutions or reagents). 9) Conversion of oxidized forms of Hg must be performed using a dry, tin chloride, catalytic device that is simple to replace conversion of oxidized forms of Hg must be accomplished directly at the measurement source (e.g., stack, duct, etc) and not be transported to a remotely located conversion system. 10) The conversion system must be housed in a fully water-proof enclosure. 11) The conversion system must come complete with heated filter/probe with calibrated gas injector port. 12) The system must come equipped with automated moisture removal device, including condensate discharging system. 13) The total system sample flow requirements must be less than or equal to 1.5 lpm. 14) The system must be equipped with ancillary pumps, tubing, fittings, etc. for operation at least 50ft from a sampling port. 15) The system must possess touch panel LCD system for system operation. 16) The system must be configured for the ability to perform periodic, quality assurance/quality control checks that assess zero/span instrument drift and system bias, including a provided Hg vapor generator/calibration source(s). 17) The system must possess both analog and digital outputs. 18) Real-time data acquisition and monitor software must be provided. 19) The offer shall include on-site installation and training. Warranty Requirement - one year. Electrical Certification Requirements - The system shall be listed and labeled by a third party listing agency approved by the North Carolina Building Code Council. Additional Specification - Prior to shipping unlisted equipment to the EPA, a field inspection shall be performed by an approved third party accredited by the NCBCC to label electrical and mechanical equipment. (A list of approved third parties will be made available on request.) The field inspection shall be performed at the manufacturer's place of business and shall be included in the vendors quotation. If the equipment fails the field inspection, the vendor shall make necessary changes to meet the listing agency's approval. All Items shall be delivered FOB Destination to the U.S. EPA Shipping and Receiving, Attn: E305-01, 4930 Page Road, Research Triangle Park, NC, 27703, not later than 60 days after contract award. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, 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. Of ferors 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 52.212-5 paragraph (b), the following additional clauses apply to this acquisition: FAR 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755), FAR 52.222-19, Child Labor?Cooperation with Authorities and Remedies (SEP 2002) (E.O. 13126), 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 Veterans 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?Supplies (JUNE 2003); FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-15, Sanctioned European Union Country End Products; 52.204-6, Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (APR 2003); and FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. Offerors shall submit 2 copies of their quotations not later than 12/12/03 at 4:30 PM EST to Mr. Charles D. McCormick, as follows: via regular mail: U.S. EPA, Cincinnati Procurement Operations 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 mccormick.charles@epa.gov. Questions or comments may be directed to Mr. Charles D. McCormick at area code (513) 487-2047 or via e-mail to mccormick.charles@epa.gov.
 
Record
SN00479214-W 20031203/031202075457 (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.