Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
SOLICITATION NOTICE

44 -- Hot/Wet -Component Gas Analyzer System

Notice Date
9/8/2008
 
Notice Type
Presolicitation
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, Environmental Protection Agency, Specialized Service Center/Cin. Proc. Operations Div., 26 West Martin Luther King Drive, Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
RFQ-OH-08-00128
 
Response Due
9/22/2008
 
Archive Date
10/22/2008
 
Point of Contact
Point of Contact, Michael Kreacic, Purchasing Agent, Phone (513) 487-2104<br />
 
Small Business Set-Aside
N/A
 
Description
NAICS Code: 335999 The U.S. Environmental Protection Agency (EPA), Office of Research and Development, National Risk Management Research Laboratory, Air Pollution Prevention and Control Division (APPCD), located in RTP, North Carolina has a requirement for One (1) Hot/Wet Multi-ComponentGas Analyzer System with the specifications listed in Attachment A (below): This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Refer to RFQ-OH-08-00128 when responding to this request. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-18. This acquisition is a total set-a-side for small business. The NAICS code is 335999, the size standard is 500 Employees. All equipment and supplies shall be provided to the U.S. EPA, 86 T. W. Alexander Drive, Durham, NC 27713 after receipt of award. F.O.B. point shall be destination. Price quotes shall include installation and any setup charges. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is applicable and the specific evaluation criteria are in Attachment B (below). Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. This clause may be found on the Internet at the following site: http://www.arnet.gov/far/. Clause FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under FAR 52.212-5 paragraph (b), the following additional clauses apply to this acquisition: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), FAR 52.219-6, Notice of Total Small Business Aside (June 2003), FAR 52.219-7, Notice of Partial Small Business Set-Aside (June 2003), FAR 52.219-8, Utilization of Small Business Concerns (May 2004), FAR 52.219-14, Limitations on Subcontracting (Dec 1996), FAR 52.222-3, Convict Labor (June 2003), FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008), FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26, Equal Opportunity (Mar 2007), FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.222-50, Combating Trafficking in Persons (Aug 2007), FAR 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007), FAR 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007), FAR 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Aug 2007), FAR 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006), FAR (36) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003), EPAAR 1552.211-79 Compliance With EPA Policies For Information Resources Management (I,II & III)(OCT 2000), (These documents can be found at: http:www.epa.gov/docs/etsdop/). Offerors shall submit 1 copy of their offer, referencing RFQ-OH-08-00128, no later than MONDAY, SEPTEMBER 22, 2008 at 3:00 PM EST to Michael Kreacic as follows: via email at kreacic.michael@epa.gov or via fax at 513-487-2107. Quotations may be sent via regular mail to: U.S. EPA, ATTN: Michael Kreacic, Mail Code: NWD-CPOD, 26 West Martin Luther King Drive, Cincinnati, OH 45268, or via Express Mail/Hand Carry to: U.S. EPA, 4411 Montgomery Road, Suite 300, Norwood, OH 45212. Questions may be submitted in writing to Michael Kreacic via e-mail at kreacic.michael@epa.gov or by FAX number 513-487-2107. Attachment AMinimum Specifications for Purchase of Hot/Wet Multi-Component Gas Analyzer System This procurement is for a hot, wet multi-component gas analyzer system suitable for the measurement of combustion process emissions. ORD NRMRL/APPCD performs research to understand, characterize and control pollutants from diverse combustion processes and sources. This research is of direct support and interest to the Program Offices, DOE and Industry. Quality pollutant measurements are critical to these multiple research projects. Continuous Emission Monitors (CEMS) are the most efficient tool for measuring a variety of combustion process emissions, including species such as criteria pollutants, air toxics, acid gases, and precursors, just to name a few. APPCD's combustion research involves characterization of processes and control technologies that require the monitoring of a variety of combustion products such as acid gases (NOx, SOx, HCl, etc) as well as reactants such as ammonia (NH3) used for SCR and SNCR NOx control technologies. HBr is another air toxic of concern. HBr has been identified as an important measurment parameter for the thermal destruction of e-waste. A new multi-component gas analyzer is needed to support our research needs. A multi-component gas analyzer capable of HBr measurements is the primary requirement of this component, the system must also be capable of measuring NH3, HCl, SO2, NO, CO2, H20, and O2 as a minimum. Specifically, the Multi-Component Gas Analyzer System shall:1.-Sample, deliver, and measure the combustion gases on a "hot/wet" basis - the gas cannot be diluted or have moisture removed2.-At a minimum, be capable of measuring the following combustion process emission components and ranges:i.Hydrogen Bromide (HBr) - 0-100 ppm, 0-1000 ppmii.Hydrogen Chloride (HCl) - 0-200 ppm, 0-2000 ppmiii.Ammonia (NH3) - 0-10 ppm, 0-300 ppmiv.Sulfur Dioxide (SO2) - 0-500 ppm, 0-5000 ppmv.Nitric Oxide (NO) - 0-100ppm, 0-1000 ppmvi.Carbon Dioxide (CO2) - 0-20%vii.Oxygen (O2) - 0-25%viii.Moisture (H20) 0-40%3.-Use the gas filter correlation (GFC) technique for measurement of HBr, HCl, NH3, and NO4.Have full cross component interference correction for all measurement species5.Reported concentrations available on user selectable wet or dry basis6.Be equipped with at least Three (3) heated probe/sample interface systems7.The probes must be equipped with heated, removable filters and have injection ports for introduction of calibration gases and blowback. 8.The probe shall be completely heated, including the stinger, with temperature controllers located at the CEM PLC 9.Be equipped with Three (3) heated (?360 ?F), sample lines containing at least Five (5) sample tubes, complete with redundant 3/8" OD PFA sample tubes and redundant sample line heaters and RTDs. The sample lines shall be 50ft (2) and 100ft (1).10.Have a process control for system automation and control, including data acquisition and data reduction/reporting software11.Process control must be by color touch control screen interface and include color stripchart display12.Data acquisition system (DAS) must be PC-based and configured for data export in Microsoft Excel format13.Must be capable of performing automated measurements from Two (2) or more locations for the emission compounds above either concurrently or by a timely sharing approach ) e.g., valve switching14.Control of data and system parameters capable via Modbus TCP/IP15.Must be capable of remote system access and control for system operation, diagnostics and data retrieval16.Have demonstrated ability to operate unattended for extended periods17.Have "hot/wet" calibrator for HCl, HBr, and NH3 capable of multi-point calibrations in the ranges specified above Delivery Schedule - The equipment shall be delivered no later than Three (3) months after issuance of purchase order Warranty Requirements - One (1) Year on all equipment and labor. Installation Requirements: Shall provide all labor resources necessary to install and demonstrate performance at EPA=s Multi Pollutant Combustion Research Facility Training Requirements: Shall provide as a minimum 2 days (8 hours per day) of on-site training. Documentation Requirements: The contractor shall provide documentation sufficient for the user to understand how to properly operate and maintain the equipment Electrical Certification Requirements: The equipment shall be UL certified or equivalent. ATTACHMENT B Evaluation Criteria A. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose proposal conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate quotes: technical acceptability, previous experience, past performance, and price. The following requirements will be evaluated on a Best Value basis. Offerors shall provide information to demonstrate / substantiate that the proposal meets the minimum requirements. Offerors shall:1. Provide technical information to demonstrate/substantiate that its proposed system meets the Specifications in Attachment A. 2. Provide a list of references for projects (contracts or sub-contracts) completed in the past three (3) years which are similar in nature to this requirement and are capable of providing Past Performance information. The references listed may include those projects (contracts or subcontracts) with Federal, State and Local governments, and commercial businesses, which are of similar scope, magnitude, relevance, and complexity to the requirement that is described in the RFP. Provide a short description of the project (contract or subcontract) for each reference, with the name of the organization, telephone/fax number, e-mail address, and period of performance. B. Responses to the above factors shall be evaluated on the following scale: Superior: Exceeds the Government's minimum requirements.Acceptable: Meets the minimum requirements of the SOW.Unacceptable: Does not meet all requirements of the SOW. C. After the responses have been evaluated against the factors above, an order is expected to be placed with the offeror that represents the Best Value to the government. Price may not be the determining factor. Best and final quotes should be provided. Discussions may be conducted as necessary at the government's discretion after receipt of proposals. D. A written notice of award or acceptance of a quote, mailed or otherwise, furnished to the successful offeror within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=707fcc176fd34985617b54d5119e6454&tab=core&_cview=1)
 
Record
SN01662914-W 20080910/080908220937-707fcc176fd34985617b54d5119e6454 (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.