Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2006 FBO #1823
SOLICITATION NOTICE

66 -- 66 - Ambient Fine Paarticulate & Air Samplers

Notice Date
11/21/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Reg. 4, Office Of Acquisition Management, 61 Forsyth Street, Atlanta, GA 30303
 
ZIP Code
30303
 
Solicitation Number
RFQ-GA-07-00012
 
Response Due
12/7/2006
 
Archive Date
1/7/2007
 
Description
NAICS Code: 339111 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation to be issued for proposals and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. Solicitation RFQ-GA-07-00012 is issued as a Commercial Solicitation using Simplified Acquisition Procedures found in FAR Part 13. This acquisition is 100% small business set-aside. The NAICS code is 339111. The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose offer best conforms to the specification, meets the Government's delivery schedule and is the most cost effective in accordance with the Evaluation Criteria below. This solicitation document and incorporated provisions and clauses are those that are in effect through the latest Federal Acquisition Circular. The contractor shall provide BGI, Inc equipment or equal in accordance with the following specifications. ITEM 1 - PQlOO Portable Air Sampler with charger, cables, and software (PN PQ100) - 10 each ? These samplers are specifically used to sample ambient air for asbestos fibers. The portable air sampler must sample from 2 to 25 LPM, include a microprocessor controlled mass-flow system, be fully programmable to run and stop, contain a digital interface, store run data, be precise to +/- 2%, have the capability to operate on external power (deep cycle marine battery), and handle the extreme pressure drop (25mmHg) created by the use of an AHERA 0.45um TEM filter. The low flow requirement is essential to meet the requirements for 24-hour ambient air sampling which is much lower than traditional asbestos sampling. The 0.45um filter with an 8um back filter used for TEM analysis must be able to handle a pressure drop of greater than 25mmHg unloaded over extended continuous use. The sampler must be powered using an external 12V deep cycle 12V marine battery running at a flow rate of 2 LPM, and running under these conditions for at least 6 months, which is an absolute requirement because power is not readily available in remote sampling locations. ITEM 2 - frmOMNI Ambient Air Sampler with miniPM Inlet, PM 10.0 Jet, Filter Holder Assembly and Charger (PN 5003) - 10 each --- These samplers are essential to provide air monitoring support in areas where power is not accessible, portability is paramount, multiple particulate sizes may be sampled, and a small air network must be established. The samplers must utilize a miniPM multi-cut inlet or equal which can be outfitted to sample TSP, PMIO, PM2.5, and PMI, all of which may be required in meeting the needs of a comprehensive monitoring strategy as used in the Federal Reference Method for PM2.5. These samplers must operate from a variety of power sources, most importantly, prolonged battery usage of many different types. The sampler must use a filter based media for sample collection. The sampler must be small enough in size to mount to a tripod. The unit must have the capability to run from internal battery power, external battery power, or solar power, giving the unit flexibility in field operations. The unit must be capable of operating for at least 48 hours on its internal battery supply. The sampler itself should weigh no more than 6 pounds. ITEM 3 - Universal Mounting Brackets (for use on flat surface or circular dia up to 15") and include adjustable band (PN 5005B) - 10 each ITEM 4 - deltaCal (calibration range 2-20 Lpm), complete in carrying case (PN DC1) - 3 each ITEM 5 - triCal/EPA speciation audit model with temperature probe (SN TC12) - 2 each --- These calibrators are used to support the PM2.5 Performance Evaluation Program, PM2.5 speciation trends network, and for calibration of various other sampling to verify the flow, barometric pressure, and temperature. These devices must be able to measure flows from 0.1 to 30 LPM, use a replaceable venturi system to measure flow, run off internal or external power sources, be equipped with a digital display, and must operate within a temperature range of -30 C to 55 C. ITEM 6 - Adapter Power Cables for External Marine Battery (PN CQ4) - 10 each ITEM 7 - Shipping for Items 1-6 ITEM 8 - PQ200A FRM Ambient Fine Particulate Audit Samplers (PN PQAUDIT) - 12 each --- Samplers must meet the following essential requirements for an PM2.5 Federal Reference Method ambient particulate samplers. The samplers must meet all of the requirements for it to be designated a Federal Reference Method according to EPA. The sampler must be a portable audit device. Specifications required for a sampler of this type include the use of a 47mm PTFE filter media to collect PM2.5 samples operating at a 16.7 LPM flow rate. The unit must be a single channel sampling device. The unit must incorporate an internal 12V battery power source which will allow the unit to operate for at least 24 hours without AC power. The sampler must be capable of using an external marine battery for power with an adapter cable. The sampler must measure and log temperature (ambient and filter), barometric pressure, flow rate, and static pressure. The sampler must break down into 4 portable components weighing less than 40 pounds each. The sampler must use the WINS impactor to allow collection of PM2.5. The unit must be easily converted to measure PMlO by removing the impactor and replacing it with an adapter unit. The unit must use a tripod stand configuration to allow for greater versatility in placement and steadiness in windy weather. The unit must be consistent with the majority of all other PM2.5 Performance Evaluation Program samplers routinely operated. This is an essential requirement in providing a consistent dataset for determining precision bias. The samplers must be compatible to the BGI Delta-Cal calibrator which is already in use in all Regional field offices. The data download package must produce a file which is compatible for import using the PM2.5 PED database. ITEM 9 - Shipping for Item 7 Unless otherwise specified in the purchase order/contract, the supplier is responsible for the performance of all inspection requirements and quality control. It is also the contractor's responsibility to be familiar with applicable clauses and provisions. Award shall be based on the lowest price technically acceptable quotation. The provision at FAR 52.212-1 Instructions to Offerors, Commercial Items, applies to this acquisition. Offerors are reminded to include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications, Commercial Items with the offer, which can be accessed at http://www.arnet.far.gov. The successful offeror must be registered in the Central Contractor Registration (CCR) database to be considered for award. The CCR database may be accessed at www.ccr.gov. Clause 52.212-4 Contract Terms and Conditions--Commercial Items and Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items are hereby incorporated by reference. The Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being applicable to acquisitions of commercial items or components: 1) 52.219-6 Notice of Total Small Business Set-Aside; 2) 52.219-8 Utilization of Small Business Concerns; 3) 52.219-14 Limitations on Subcontracting; 4) 52.219-25 Small Disadvantaged Business Participation Program; 5) 52.222-3 Convict Labor; 6) 52.222-21 Prohibition of Segregated Facilities; 7) 52.222-22 Previous Contracts and Compliance Reports; 8) 52.222-25 Affirmative Action Compliance; 9) 52.222-26 Equal Opportunity; 10) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 11) 52.222-36 Affirmative Action for Workers with Disabilities; 12) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 13) 52.225-15 Restrictions on Certain Foreign Purchases; 14) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 15) 52.252-2 Clauses Incorporated by Reference; and, 16) 52.252-6 Authorized Deviation in Clauses, available at http://www.arnet.far.gov. All offers are due no later than 4:00 pm EST, December 7, 2006. Offers may be mailed to Carole Wallace, Contract Specialist, EPA Region 4, Office of Acquisition Management, 61 Forsyth St., SW, Atlanta, GA 30303; e-mailed to wallace.carole@epa.gov or faxed to 404/562-8370. It is the offeror's responsibility to ensure receipt of faxes or e-mail quotes. Quotes shall include 1) a schedule (list) of offered items to include unit and total price, delivery time, & shipping charges if applicable, and 2) completed Representations and Certifications (FAR 52.212-3). NOTE: Offerors not submitting sufficient information may be eliminated from competition. Questions concerning this acquisition shall be submitted in writing and e-mailed to wallace.carole@epa.gov. All answers will be provided via an amendment to the solicitation. No paper copies of the Request for Quotes will be provided. Telephonic questions will not be answered and collect calls will not be accepted.
 
Record
SN01185162-W 20061123/061121221111 (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.