Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2006 FBO #1517
SOLICITATION NOTICE

66 -- Continuous Ambient Ion Monitoring System

Notice Date
1/19/2006
 
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-06-00057
 
Response Due
1/30/2006
 
Archive Date
2/28/2006
 
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-06-00057 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 05-4. The associated North Industry Classification System (NAICS) is 334516 and the size standard is 500 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 the acquisition of a continuous ambient ion monitoring system. Statement of Work: The continuous ambient ion monitoring system is needed to collect high resolution fine particulate matter (>2.5 um mass median aerodynamic diameter) and gaseous air pollutant data for source apportionment research activities. Performance Specifications: (1) Sampler must be able to simultaneously quantify particulate sulfate, nitrate, phosphate, bromide, chloride, fluoride and gaseous nitric acid, nitrous acid, sulfur dioxide, bromide, chloride, and fluoride at typical ambient concentrations (0.5 ug m -3); (2) Sampler air collection volume must be greater than or equal to 3 liters minute -1 to ensure adequate gas and particulate matter collection for high resolution (30 minute ) sample integration; (3) Sampler inlet and all sample collection components must be constructed of glass or highly cross linked Toflon-coated aluminum to minimize loss of reactive gaseous species: (4) Sampler must include a sharp cut impactor and volumetric flow controller to ensure a stable particulate matter mass median aerodynamic diameter size cut of 2.5 um while minimizing the surface area shown to contribute to loss reactive gaseous species; (5) Sampler inlet must be (i) straight to minimize loss of particulate matter, (ii) oriented vertically to allow penetration through sampling shelter roof, and (iv) be configured to prevent the intrusion of precipitation into sampling inlet; (6) Sampler must have the capability to pull supplementary air flow through the inlet system to reduce sample air residence time to approximately one (1) second; (7) days worth of thirty (30) minute integrated samples without operator assistance or intervention; (8) Sampler must store all pertinent operational parameters (e.g., sample date, sample time, temperature, barometric pressure, volumetric flow rate) and analytical information (e.g., raw chromatographs, peak identification, peak retention times, final analysis data, calibration regressions) during each sampling period on electronic media that can be retrieved as a text or comma delimited file; (9) Sampler must have an operational temperature range between 5 - 30 degree celsius; (10) Sampler must operate on 110 VAC power: (11) Sampler must fit into a standard 19" wide instrument rack; (12) All sampler components must meet UL or approved third party listing agency requirements . Specifically, all electrical components shall be approved and labeled by one of the third party listing agencies; (13) Vendor must provide a laptop computer, software, and any computer interface components that may be required to communicate, control, and store data from the sampler; (14) Vendor must provided two (2) days of on site training on the setup, operation, maintenance, and trouble shooting the sampler. Ion Chromatography Analytical Performance Specification: IC system must be equipped with an automatic eluent generation and electrolytic suppression systems to (i) eliminate bias associated with batch preparation of eluent and regeneration solutions, (ii) eliminate the necessity of field operators to store and routinely handle hazardous materials, and (iii) allows for automatic gradient separation; (2) The IC system must be equipped with a heated analytical column for stable analyte separations. Certification of Requirement: Vendor must certify that the above performance specification will be met. 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 required specifications. Any specific variances from specification shall be addressed by the vendor with respect to how the vendor's proposal provides alternative equivalence. Failure of an vendor to demonstrate that the proposed instrument will meet the specifications shall render the vendor ineligible for further consideration for award. Delivery Schedule: Delivered f.o.b. to Research Triangle Park, NC 27703, within 60 days from award of purchase order. The Government intends to award a single purchase order to the responsible contractor whose quotation meet all the required specifications and represents the overall best value to the Government. 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.--Commercial Items. The following FAR clause applies to this acquisition: 52.212-4, Contract Terms and -0Conditions--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. All offerors are to include with their quote a completed copy of provision commercial buy clause: 52.212-3, Offeror Representations and Certifications. COMMERCIAL BUY CLAUSES are provided for your convenience on EPA's website at the following address: http://www.epa.gov/oam/rtp_cmd. Please submit quote to 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 January 30, 2006, 4:30 p.m., quotes may be faxed to: (919) 541-1075 or e-mailed to smith.pamela@epa.gov .
 
Record
SN00969270-W 20060121/060119212747 (fbodaily.com)
 
Source
FedBizOpps 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.