Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2008 FBO #2412
SOLICITATION NOTICE

66 -- Pre-Solicitation

Notice Date
7/2/2008
 
Notice Type
Presolicitation
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, Environmental Protection Agency, Ord Service Center, 26 West Martin Luther King Drive, Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
RFQ-OH-08-00105
 
Response Due
7/21/2008
 
Archive Date
8/21/2008
 
Point of Contact
Point of Contact, David Boris, Purchasing Agent, Phone (513) 487-2158
 
Small Business Set-Aside
N/A
 
Description
NAICS Code: 334513 The U.S. Environmental Protection Agency (EPA), National Vehicle and Fuels Emissions Laboratory (NVFEL), has a requirement to purchase on a firm-fixed price basis, two (2) Auto Atmospheric Distillation Analyzers. As part of the Clean Air Act and its Amendments, a variety of emissions regulations have been implemented for vehicles and engines. The U.S. EPA has the responsibility for testing vehicles and engines to ensure compliance with regulations. The fuels used for that testing also are analyzed at NVFEL to ensure compliance with the specifications as detailed in the regulations. These fuels are used to conduct low level emissions testing, of the highest precision and accuracy, on a broad range of vehicles and engines. In its role as a National Laboratory for the measurement of regulated emissions, and fuel quality, NVFEL plays a critical role in those measurements. To support that role, EPA seeks to purchase the following items: (1) 2 each; Auto Atmospheric Distillation Analyzer to meet specifications of ASTM D86,to include Software to network an existing MP626 analyzer, and the complete operation and maintenance manual for the instrument and any accessories with plumbing diagrams. A CD-ROM version of the operation manual is acceptable. The ASTM D86 Automatic Distillation Instrument shall comply to the following requirements and the requirements set forth within the solicitation's Statement of Work (SOW. The Instrument shall fully comply with all ASTM D86 ? 07b specifications. In addition, the Instrument shall be capable of analyzing all ASTM fuel groups (1 to 4), be self-contained and completely automatic, have internal air-to-air cooling, with no city water or external chiller used. The Instrument shall use 100 mL sample size, have a built-in CO2 fire extinguishing system, that operates both automatically and manually, have calibration certificates for all measuring transducers that comply with ISO 17025 requirements. The Instrument shall interface to a PC running Windows 2000 or XP for data transfer to an Access database, run on one of the types of power: either 110/120 Volts AC @ 60 Hz., with 20 amps max. current draw, or 240 Volts AC @ 60 Hz., with 20 amps max. current draw. In addition, The Instrument shall have on-site upgrades, calibrations, and repairs, to the maximum extent possible, have meniscus sensing of the receiver level, and be designed in such a way that easy access to maintenance items, such as the heater plates, condenser, etc., is provided. For the equipment specified, the contractor shall have total system responsibility, which shall include all phases of the project, design/configuration, assembly, integration, quality assurance, delivery to EPA-NVFEL, installation, calibration, commissioning, acceptance testing, documentation and training of EPA staff. The contractor shall be responsible for documenting measurement traceability and system acceptance in a manner suitable for audit to ISO standards. The contractor shall be responsible for the necessary hardware and software to operate the system according to specifications. Shipping, delivery, and installation in the NVFEL lab shall be included. The contractor is responsible for demonstrating that the supplied instrument meets all stated specifications, at the time of installation and checkout in NVFEL's laboratory. The contractor shall provide training on the complete system. Training shall consist of on-site operator training at the time of installation, followed by operation and maintenance training courses for at least two people at the EPA lab in Ann Arbor, MI, including software training on the same software package. All acceptance testing shall be the responsibility of the contractor. The contractor shall provide a warranty on all parts, labor, control systems, and equipment for the performance and functionality of its systems for a minimum of one year after formal EPA system acceptance and approval. This requirement is being conducted in accordance with FAR Part 12 and 13. The North American Industry Classification Code (NAICS) code for this requirement is 334513. This solicitation will be issued as a 100% small business set-aside. Award will be made on a Best Value basis, based on evaluation factors contained within the solicitation. The solicitation will be available on FedBizOpps on or about July 21, 2008. The Government anticipates making award of a Firm-Fixed Price type purchase order. Point of Contact for this requirement is David Boris, Contract Specialist, at (513) 487-2158, or via e-mail at boris.david@epa.gov. Telephone and fax requests for information will not be honored. No paper copies of the solicitation will be provided. All responsible business concerns may submit an offer which will be considered by the Agency.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a02a0588ef3fd85a2695bcd2b2eab644&tab=core&_cview=1)
 
Record
SN01605983-W 20080704/080702220620-a02a0588ef3fd85a2695bcd2b2eab644 (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.