Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2007 FBO #1984
SOLICITATION NOTICE

58 -- PROVIDE FUEL FLUORESCENCE DETECTOR WITH ALL NECASSARY PARTS AND ACCESSORIES

Notice Date
5/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NRMAD000710795CMM
 
Response Due
5/16/2007
 
Archive Date
5/31/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Atlantic Oceanographic and Metrological Laboratory (AOML), located in Miami, FL to provide fuel fluorescence detector with all necessary parts and accessories, for the Blind Pass Project. This constitutes the only Request for Quote (RFQ), written quotes are being requested; and a written RFQ will not be issued. DOC, CRAD requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This notice is hereby issued as RFQ No. NRMAD000710795CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16. The line item(s) will be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be: 52.211-8 Time of Delivery Alt I. (APR 1984), 52.212-1 Instruction to Offerors ? Commercial Items (Jan. 2006), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Mar. 2005), 52.212-4 Contract Terms and Conditions ? Commercial Items (Feb 2007), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Mar. 2007) (Sections 5, 16,17, 18, 20, 24, 27, and 32), 52.247-35 FOB Destination, Within Consignee?s Premises (Apr.1984). FAR clauses are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer?s Authority (Mar. 2000), 1352.211-70 Statement of Work/Specifications (Mar. 2000), 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (March 2000) { The Government will award a purchase order resulting from this request to the responsible firm whose quotation conforming to the request results in the best value to the Government price and other technical factors considered. The following factors shall be used to evaluate quotes: Technical capability providing the specified product; Warranty; Past Performance (customer satisfaction, quality and timeliness); and Price.}, 1352.246-70 Inspection and Acceptance (Mar. 2000). Inspection and acceptance will be performed at AOML, 4301 Rickenbacker Causeway, Miami, FL 33149. Full text of these CAR clauses is available at http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Offers must be received on or before 3:00 pm CDT, Wednesday, May 16, 2007. Offers may be faxed to 816-274-6923, Attn: Carey Marlow or submitted via email to carey.m.marlow@noaa.gov . Quotes submitted in response to this notice should include the following: 1. Information, documentation, and descriptive literature which demonstrates the firm?s capability to provide equipment that meets or exceeds the Government?s requirement. 2. Information on the commercial warranty that covers the equipment; A proposed delivery schedule. 3. A list of references including name and telephone numbers of firms to whom the offeror has provided equipment that is the same or equal to that described herein. 4. A completed price schedule for all line items identified in this notice. 5. FAR provision 52.212-3 Offeror Representations and Certifications ? Commercial Items (completed). 6. Certification of registration in CCR. This is a firm fixed price request for quote. STATEMENT OF WORK: One (1) Dual Downhole Fuel Fluorescence Detector (FFD) will be acquired and applied to core samples gathered in Blind Pass, Tampa Bay, FL. A series of sediment cores will be collected 1) in areas though to be free of hydrocarbons; 2) thought to be likely to contain hydrocarbons; 3) from areas which may or may not have hydrocarbons; Sediment cores will be split open and analyzed for hydrocarbons by pushing the FFD probe down the length of the core. The feasibility of making FFD measurements in the field will also be evaluated. If FFD field measurements are determined to be viable, then field measurements will be gathered to complement the core samples being gathered. These measurements will enable AOML to identify and study the distribution of total petroleum hydrocarbons (TPH) in Blind Pass. MINIMUM SPECIFICATIONS: Fuel Fluorescence detector must have the following: 1. Ultraviolet light source (UV) that activates aromatic hydrocarbons to fluorescence. Fluorescence is detected at two different wavelengths by two photomultiplier tubes (PMT). 2. Cone Penetrometer Technology (CPT) capability to push the FFD probe up to 25 feet into coastal marine environments (muddy/sandy substrates), which will significantly reduce the time needed to detect and delineate hydrocarbons. 3. Streamlined cables ? the use of a 10-conductor cable capable for CPT data and high voltage lamp supply, along with locating the optical detectors downhole. The cable diameter must be 0.35 inches and be used with 1.75 OD CPT push rods. 4. Dual photomultiplier tubes must be able to be pushed downhole to eliminate signal attenuation in the optical fiber, allowing weakly fluorescent compounds to be detected at any depth below ground surface. 5. The use of dual optical filters must allow differentiation between lighter fuels, which fluoresce more intensely at low wavelengths, and heavier fuels, which fluoresce more intensely at longer wavelengths. 6. The dual FFD must provide continuous real-time output of fluorescence during the entire time the probe is being pushed into the sediments. This information must be able to be viewed graphically in real-time with the CPT Data acquisition system (DAS) as the probe is advanced through the substrate. 7. CPT delivery system must generate minimal investigation derived waste, which will reduce the cost of containerization and disposal. 8. Ultraviolet light source must be a mercury discharge lamp. 9. Excitation wavelength of 254nm. 10. Housing must be hardened steel with durable coating. 11. Optical window must be replaceable Sapphire. 12. Detection limit of <100ppm (TPH). 13. Power = 12VDC, 5 Amp, 60W. 14. Output = 0-12VDC digital. 15. The field portable digital CPT DAS must be housed in a water-resistant instrument case. 16. The sensor specific data (calibration factors, serial numbers, and sensor type) must be stored in each sensor module in the cone, and automatically transmit to the instrument control unit with each penetration of the FFD probe, allowing a technician with minimal training to operate the system. 17. The system must provide easy to follow pull down menus which allows the operator to quickly input all pertinent test information and the digitized voltage signal from any sensor can be viewed on screen for simple field diagnostics. 18. Instrument control unit must come with a complete software package for acquisition, processing, and plotting data. 19. Instrument control unit must be able to generate software-quality plots in the field even while the probe is being pushed. 20. Instrument control unit must have an auxiliary channel which provides a 4.00VDC excitation and a 200 gain bi-polar input, which will allow the user to input optional devices. 21. The computer which runs the system must be: laptop suitable for work in the field and include the following: 1) Pentium III or above processor; 2) Windows XP; 3) 1 GB system memory; 4) CD/RW/DVD internal drive; 5) USB and serial ports; 6) touch screen capability. 22. The Contractor must provide the Government staff with training in use of the FFD system. SCHEDULE OF PRICES: Provide itemized pricing as follows: UNIT TOTAL CLIN #1 ? One (1) Fuel Fluorescence Detector with all necessary parts and accessories (Dual Fuel Fluorescence Detector) $___________ $__________ GRAND TOTAL: $_____________ The above price includes all the necessary equipment, shipping, operation manuals, and warranty. PROPOSED DELIVERY SCHEDULE: Proposed delivery date: ________________________ Delivery shall be FOB Destination. END OF NOTICE
 
Place of Performance
Address: AOML, 4301 RICKENBACKER CAUSEWAY, MIAMI, FL 33149
Zip Code: 33149
Country: UNITED STATES
 
Record
SN01284623-W 20070503/070501220249 (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.