Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2006 FBO #1756
SOLICITATION NOTICE

66 -- FTIR Monitoring System at Calcasieu Lock and Bonnet Carre Spillway.

Notice Date
9/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-06-R-0235
 
Response Due
9/25/2006
 
Archive Date
11/24/2006
 
Small Business Set-Aside
Total Small Business
 
Description
FTIR Monitoring System Solicitation W912P8-06-R-0235, a Request for Proposal, due 09/25/06. POC Henry Camburn, Contract Specialist, (504) 862-2863. This is a combined synopsis/solicitation for a best value, commercial item prepared in accordance wi th the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The U.S. Army Engine er District, New Orleans, has a requirement for an FTIR Monitoring System at Calcasieu Lock and Bonnet Carre Spillway. Contractor shall furnish all material, labor, tools, equipment, supplies and services required to supply each location with an industria l FTIR gas analyzer capable of continuous unattended operation. It must be capable of extractive gas sampling and analysis under EPA protocols. It must be a sampling system to pull atmospheric air from at least four sample ports with automated valve and data collection control. The system must be capable of detecting all known chemical warfare agents when properly configured and calibrated. TECHNICAL SPECIFICATIONS: Analyzer - The spectrometer must be capable of resolution up to 0.5cm-1. The instrument must be equipped with a high sensitivity MCT-Sterling detector. The instrument must have a non-hygroscopic ZnSe optics for the operating environment. We require a sc an velocity of 2 scans/sec at 0.5cm for adequate resolution and sensitivity. The Analyzer must have onboard signal processing via dual 23 bit ADC. The system must have the ability to interface to the current computer network currently used by the USACE a nd be fully compatible with existing analyzer currently installed. The system's interferometer must be capable of operating in any environmental conditions. This must be a porch-swing bearing type interferometer. The system must be able to operate for a minimum of 20 minutes in the event of power loss without the need for a manual restart. Sampling System - The FTIR spectrometer and all sampling components will be housed in appropriate structure supplied by the U.S. Army Corps of Engineers. The system must pull air samples sequentially through from 4 (16 optional) individual sample ports us ing stainless steel hardware and independent flow control for each sample line. The requirement is for a heated 20-meter White Gas cell with nickel coated body and gold-coated mirrors, capable of operating at temperatures of 260 degrees Celsius. The gas cell and sample lines must be automatically purged with dry air after each sample collection cycle. The sampling system must be fully programmable to allow for group sampling and reduced detection time. There must be an automated routine calibration cycl e using a surrogate gas to provide comprehensive system status checks. We require on-site method development and system optimization from the vendor. Software - The data system for the analyzer must be a integrated, Windows 2000 or XP-Pro based PC which is Y2K compliant. The data system must be equipped with FTIR software for performing Piece-wise Linear quantitative analysis to allow for post processi ng of data and remote data retrieval via our in-house network. The software must display real time analysis results for up to 50 compounds in numerical, spectral, and trend analysis formats. The software must allow incorporation of temperature, pressure, and flow sensor data into the analytical method, and calculate in pounds or kilograms per hour. The software must allow automated temperature/pressure correction of spectra. The system must provide archiving of spectral data in the following formats: I nterferograms, Single-beams, Absorbance, and Residual. The software must provide numerical archiving and compatibility with export to standard spreadsheet software. We require a data storage scheme which eliminates any possible system failure due to limi ted s torage capacity. Outputs and Alarms - The system is to be capable of communicating analysis results via either 4-20mA analog output, TCP or serial Modbuss and or DDE (Dynamic Data Exchange). The system must be capable of generating dual alarms for each compound of interes t - warning and critical levels. The alarm system must be a smart alarm incorporating error prediction to detect the possibility of a false alarm. We require a system failure alarm. All alarm activity must be archived to a permanent text file to include the activation time, duration of alarm, and conditions surrounding the event. Performance - The system must provide Lower Detection Limits for the compounds listed below with a sample cycle time of 10 seconds (including sample introduction and measurement). The compounds are - Benzene, Phenol, THC as hexane, Naphthalene, Xylenes, T oluene, Ethybenzene, Methenol, Methylene Chloride, Acetone, and HCI. The Lower Detection Limit for each of these is greater than 50 ppbv. The detection range must be from LDL to 500x LDL. The software must allow for up to 25 additional compounds, and al low inclusion of up to 50 compounds in calibration matrices. System performance requirements must include MAU less than 5%, no detectable cross contamination, and reproducibility less than 2%. Contractor Experience and Other Requirements The successful contractor must be able to guarantee that the above system will be able to perform as specified above. Contractor should have more than 3 years experience primarily in the field of FTIR gas phase analysis instrumentation capable of operating under harsh environmental conditions for specific health and safety applications. Documentation to substantiate this experience and past performance should be provided with the proposal. Contractor shall have specialized knowledge regarding the identification and control of existing problems involving the instrument, instrumentation methods, and the working environment that can result in unfavorable data collection events. Documentation t o substantiate this knowledge should be provided with the proposal. Contractor shall have technical personnel with documented training and experience in this or similar projects. Personnel resumes shall be provided with the proposal. Contractor must have the facilities to manufacture its own gas cells. The NAICS code is 334513 and an SBA size standard of 500 people.. The requirement is a Small Business set-aside and will be a firm fixed price contract under FAR 12, Commercial Items. Offerors are advised to include with their offer, a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. The provision at 52.212-1, Instruction to Offerors -- Commercial Items, the clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, the Clause at 52. 212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, and the clauses at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition s of Commercial Items apply to this acquisition. The significant evaluation criteria at 52.212-2, Evaluation -- Commercial Items included in paragraph (a) of that provision is Technical Capability, Past Performance, and Price: Technical Capability is sligh tly more important than past performance and when combined, are significantly more important than price.. Proposals are due on Monday, 25 September 2006 at 11:00 a.m. local time. Proposals shall be faxed to Henry Camburn at (504) 862-2892 or emailed to H enry.L.Camburn@mvn02.usace.army.mil. All data related to this solicitation will be available in FedBizOps (www.fbo.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and ent ering your business information. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR internet address is : http://www.ccr.gov.
 
Place of Performance
Address: US Army Engineer District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
Country: US
 
Record
SN01145345-W 20060917/060915221512 (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  © 1994-2020, Loren Data Corp.