Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2008 FBO #2564
SOLICITATION NOTICE

59 -- Portable, Automated Air Sampling Units for NOAA

Notice Date
12/1/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Region Acquisition Division, 325 Broadway - MC3, Boulder, Colorado, 80305-3328
 
ZIP Code
80305-3328
 
Solicitation Number
NRMJ1000-9-03567WGC
 
Archive Date
12/31/2008
 
Point of Contact
Bill Cushman,, Phone: 303-497-6072
 
E-Mail Address
bill.cushman@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Portable, Automated Air Sampling Units (I) 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; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NRMJ1000-8-44771WGC. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 541330. The small business size standard is $4.5 million. (V) This combined solicitation/synopsis is for purchase of the following commercial item: CLIN 0001 - Portable, battery powered, automated atmospheric air samplers - Quantity 4 each (VI) Description of requirements is as follows: CLIN 0001 - The National Oceanic and Atmospheric Administration (NOAA), Global Monitoring Division (GMD) requires 4 portable, battery powered automated atmospheric air samplers. The air sampler must be lightweight (less than 12 kg) so it is portable for a person of average strength. It must accommodate two 2.5 L glass NOAA-designed sample containers (40 cm length by 11 cm diameter) and be able to flush them in series at 5 L/min (STP), then pressurize them to 2-10 psig(user-adjustable) at elevations up to 12,000 feet. The air stream must be filtered to remove particles greater than 7 microns. The sampler includes a condenser cooled to 5° C to remove water vapor. The sampler must have 3 operating modes: sampling, drying the condenser, and battery charge. The automated sampling mode must include flushing the condenser, flushing the flasks, and pressurizing the flasks. The automated sampler includes LEDs to indicate the status of the sampler (sampling mode, drying mode, charging mode, good sample, leak, low battery). Once fully charged, the sampler's battery must provide sufficient power for 3 sampling cycles. The samplers must have pressure, flow, and voltage meters. Finally, the samplers cannot affect the composition of the air stream to a measurable degree (determined by the measurement precision of the GMD Carbon Cycle Greenhouse Gases Group analytical systems for carbon dioxide, methane, carbon monoxide, molecular hydrogen, nitrous oxide, sulfur hexafluoride, and carbon and oxygen isotopes of carbon dioxide). (VII) Place of delivery is: Delivery shall be FOB Destination to NOAA/GMD, 325 Broadway, Boulder, CO 80305 (VIII) Required delivery is 30 days ARO. (IX) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Sep 2006), applies to this acquisition. In addition to writtn price quotes, offers are instructed to provide relevant information in a PDF document regarding Past Performance, Technical Approach to meet the government's requirements, Quality Assurance Plan, Project Manager Qualifications and Background, Manufacturing Timeline, and Price. (X) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: Past performance, Technical Approach, Quality Assurance Plan, Project Manager Qualifications, Manufacturing Timeline and Price. Offers will be evaluated based on the factors set forth in paragraph (a) and award will be made to the firm offering the best value to the Government. (XI) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2006), with its quote. (XII) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2007), applies to this acquisition. (XIII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2007) applies to this acquisition. The following clauses under subparagraph (b) apply: (5), (16), (17), (18), (19). (XIV) The Government intends to award a firm-fixed-price order resulting from this solicitation. (XV) Quotes are required to be received in the contracting office no later than 9:00 A.M. MST/MDT on September 11th, 2008. All quotes must be faxed or emailed to the attention of Bill Cushman. The fax number is (303) 497-5590 and email address is bill.cushman@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Bill Cushman, (303) 497-6072, bill.cushman@noaa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=073f819ae575d74f476577dd8ef61577&tab=core&_cview=1)
 
Place of Performance
Address: NOAA / GMD, 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN01711462-W 20081203/081201214335-073f819ae575d74f476577dd8ef61577 (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.