SOLICITATION NOTICE
66 -- Field-Deployable In Situ Optical Nitrate Sensor
- Notice Date
- 3/11/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- Environmental Protection Agency, Ord Service Center/Nerl, Rtp Procurement Operations Division, Research Triangle Park, NC 27711
- ZIP Code
- 27711
- Solicitation Number
- RFQ-RT-05-00187
- Response Due
- 3/21/2005
- Archive Date
- 4/21/2005
- Description
- NAICS Code: 334516 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS 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 RFQ-RT-05-00187 and the solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24. The associated North Industry Classification System (NAICS) is 334511 and the size business size standard is 750 employees. Full and open competition procedures will be utilized. A firm, fixed price purchase order using Simplified Acquisition Procedures is anticipated to result from the award of this solicitation. This procurement is for a field-deployable in situ optical nitrate sensor. Statement of Work: (1) The instrument shall measure the concentration of nitrate in oceanic and estuarine waters of varying salinities, temperatures, and turbidities without the use of reagents. The instrument must be capable of providing real time nitrate concentrations; (2) The instrument shall measure nitrate over the range of 0 to 200 uM with a accuracy of a least +/- 2 uM; (3) The instrument shall be capable of autonomous deployment for extended time periods (days to weeks). That is that the instrument will not require an external computer, power supply or datalogger for sampling operations; (4) The instrument shall be suitable for deployment on mooring as well for use in the towed configuration or profile configuration. The instrument must be rugged enough to be able to withstand extended deployment in seawater environment and be submersible; (5) Instrument shall have rechargeable, submersible battery that will be sufficient for deployments of at least 2 weeks; (6) The instrument shall have a least 128 MB of memory for data storage; (7) The instrument shall include software for programming, downloading and viewing the data; (8) The instrument shall include cables for charges the batteries and downloading data; (9) The instrument shall be capable of interfacing with existing windows-based PCs for data retrievak and calibration; (10) Sampling rat shall be programmable and the instrument shall be able to make measurements rapidly at intervals of seconds; (11) The instrument shall have accessory equipment to prevent the degradation of measurement due to biofoulding; (12) Delivered fob destination, Newport, OR . The Government intends to award a single purchase order to responsible contractor whose quotation represents the best overall best value to the Government. Quotations must include sufficient material (such as narrative technical specifications, drawings, photos, brochures, demo disks, videos, etc.) to permit the government to determine that the proposed instrument will meet the requirements in the Statement of work. Any specific variances from specification shall be addressed by the offeror with respect to how the offeror's proposal provides alternative equivalence. The Government reserves the right to require additional pricing information if necessary to determine that the proposed price is reasonable. The following FAR provisions shall apply to this solicitation: 52-212-1, Instructions to Offerors--Commercial Items. All contractors are to include with their offer a completed copy of provision 52.212-3, Offeror Representations and Certifications--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; 52.222-26, 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; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.2225-1, Buy American Act--Balance of Payments Program-Supplies; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. A completed Representations and Certifications must be included with the price quote. COMMERCIAL BUY CLAUSES AND FORMS are provided for your convenience on EPA's website at the following address: http://www.epa.gov/oam/rtp_cmd. Please submit quote to Pamela E. Smith, Purchasing Agent, U.S. Environmental Protection Agency, RTP Procurement Operations Division, Research Triangle Park, NC. 27711. Courier delivery address is U.S. Environmental Protection Agency, Attn: Pamela E. Smith (E105-02), RTP Procurement Operations Division, 4930 Page Road, Research Triangle Park, NC 27703. All offers are due by March 21, 2005, 4:30 p.m., quotes can be faxed to: (919) 541-1075 or e-mailed to smith.pamela@epa.gov .
- Record
- SN00767161-W 20050313/050311212324 (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 |