Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2005 FBO #1340
SOLICITATION NOTICE

66 -- Gas Filter Carbon Monoxide (CO) Analyzer

Notice Date
7/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Administrative Support Center, 325 Broadway - MC3, Boulder, CO, 80305-3328
 
ZIP Code
80305-3328
 
Solicitation Number
NRMAP000500176MAS
 
Response Due
8/12/2005
 
Archive Date
8/27/2005
 
Description
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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13 (not to exceed $100,000). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quotes (RFQ) number is NRMAP000500176MAS. The solicitation incorporates provisions and clauses in the Federal Acquisition Circular 2005-04. This notice is being published on an unrestricted basis. The U.S. Department of Commerce, National Oceanic & Atmospheric Administration (NOAA), Climate Monitoring and Diagnostics Laboratory (CMDL) has a requirement for a Gas Filter carbon monoxide (CO) Analyzer. CMDL makes continuous high-precision measurements of CO for use in studies of the global carbon cycle and air quality and their network of measurement sites are expanding, and they need to install several new systems this year. These sites will be primarily located in rural areas rather than polluted urban areas. CMDL therefore requires an analyzer that is optimized to detect background levels of CO. The analyzer shall be compatible with their existing sampling system design and data acquisition hardware. A scientist or technician will visit the field site once per week to perform routine maintenance. However, not all of the scientists/technicians will have highly technical backgrounds, so any routine maintenance procedures shall be simple. The unit shall require high precision, better than 0.010 ppm when averaged over 15 minutes (better than 0.055 ppm when averaged over 30 sec) and low detection limits (0.040 ppm or better).Time response shall be 60 sec or better. The range of the analyzer shall be set for background CO monitoring with an upper limit of 2 ppm. Linearity shall be 1% or better over the sampling range. The instrument response shall be stable: zero drift shall be less 5 ppb per hour, and span drift shall be less than 0.05% per hour. The analyzer shall be able to accommodate a flow rate of 0.8 to 1 slm. The analyzer shall run off of 115V/60Hz power and shall fit in a standard 19? rack (23?deep). Height shall be less than 9?.There shall be enough room to install a flow controller and a pressure controller on the same level of the rack as the CO analyzer either outside or inside of the CO analyzer box. This requires a volume of 7?h x 9?l x 4?w.The analyzer shall weigh less than 50 lbs as it will be installed near the top of the rack. Both analog and RS-232 outputs shall be available. The analyzer shall be capable of operating at 40 deg C. Two units are required by September 15, 2005.The analyzer shall operate continuously and autonomously at a remote field location with very low maintenance and without a large volume of consumables (such as cryogens or carrier gases).This procurement is being conducted per FAR Part 13.1, Simplified Acquisition Procedures (NTE $100K).Technical merit, as well as price, will be considered in selecting a vendor. Technical questions shall be submitted in writing to the Contracting Officer by fax or by email. You may submit your proposal by email (preferred), fax, or by mail. Proposal shall be received on or before close of business August 12, 2005. Please include delivery date, F.O.B. point, business size, Federal Taxpayer Identification Number, and Dun and Bradstreet Number. Vendors shall also be registered with the Central Contractor Registry (CCR) at www.ccr.gov.The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation ? Commercial Items ? The government will award a fixed price purchase order resulting from this solicitation to the responsible offeror whose offer will represent the best value to the government, price and other factors considered; FAR 52.212-3,Offeror Representations and Certifications ? Commercial Items ? Offerors must include a completed copy of Offeror Representations and Certifications along with the offer; FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition. The following additional FAR clauses are applicable to this acquisition:52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36Affirmative Action for Workers with Disabilities;52.222-37Employment Reports on Disabled Veterans and Veterans of the Vietnam Era;52.225-3Buy American Act?Supplies.**** Reference 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration ? all other Terms and conditions in full text, including FAR 52.212-3 (Representations and Certifications) can accessed at http://www.arnet.gov/far/ and agency level protest procedures can be found on http://oamweb.osec.doc.gov/CONOPS/reflib/alp1296.htm.Anticipated award date is August 16, 2005.
 
Place of Performance
Address: U.S. Department of Commerce, National Oceanic & Atmospheric Administration (NOAA), 325 Broadway, Boulder, Colorado
Zip Code: 80305
Country: USA
 
Record
SN00854597-W 20050728/050726211828 (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.