Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2008 FBO #2581
SOLICITATION NOTICE

99 -- PROTON TRANSFER REACTION MASS SPECTROMETER

Notice Date
12/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, Cincinnati Procurement Operations Division 26 W. Martin Luther King Drive Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
PR-CI-09-10250
 
Response Due
1/7/2009
 
Archive Date
2/6/2009
 
Point of Contact
WILLIAM M. YATES, Contract Specialist, Phone: 513-487-2055, E-Mail: yates.william@epa.gov<br />
 
Small Business Set-Aside
N/A
 
Description
NAICS Code: 334516, this is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ) and is designated as full and open competition. The U.S. Environmental Protection Agency (EPA), National Exposure Research Laboratory in Research Triangle Park, NC (RTP), under the Simplified Acquisition Procedures (SAP) of the Federal Acquisition Regulations (FAR) Part 13, on a fixed price basis, intends to purchase a Proton Transfer Reaction Mass Spectrometer for the continuous identification and quantification of volatile organic compounds (VOCs) in ambient air. The Proton Transfer Reaction Mass Spectrometer shall comply with the specifications listed below. A.MINIMUM GENERAL SPECIFICATIONS: The instrument must be able to detect these VOCs with low-pptv (parts per trillion by volume) sensitivity and must be capable of high mass resolution. The instrument will be extensively used for identification and quantification of VOCs in both field and laboratory settings where concentrations of the VOCs may range widely from sub-ppbv (parts per billion by volume) to ppmv (parts per million by volume) levels. This instrument will therefore need to maintain linearity over several orders of magnitude. The Proton Tansfer Reaction Mass Spectrometer shall meet the following specifications: a)The system must operate with no carrier gas to deliver or analyze air samples. b)The system must use soft ionization of the target compounds using water as the ionizing agent (H3O+ ions). c)The system must be capable of a minimum sensitivity level of 5 pptv (parts per trillion by volume). d)The system must have a linear response range from 5 pptv (parts per trillion by volume) to > 1 ppmv (parts per million by volume). e)The system must achieve a minimum mass resolution of 1 amu (atomic mass unit). f)The system must have a minimum mass range of 1 ? 512 amu. g)The system must have a response time of at least 100 ms (milliseconds). h)The system must have a measuring time of 2 ms/amu to 60s/amu. i)The system must include a heated inlet capable of maintaining an inlet temperature of 150oC. j)The system must fit in a ?limited? space of 60 cm wide by 90 cm high and 80 cm deep. k)The system must weigh less than 150 kg. The following provisions of FAR apply: (The full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far)52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Offeror to include a completed copy of the provision at 52.212-3 and complete Online Representations and Certifications Application (ORCA)http://orca.bpn.gov), and FAR 52.212-4 Contract Terms and Conditions - Commercial Items, apply 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 52.215-5 paragraph (b), the following additional clauses apply to this acquisition: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-1, Buy American Act--Balance of Payments Program - Supplies; and FAR 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration. The Clause at FAR 52.212-2, Evaluation Commercial Items applies to this acquisition. (a)The Government will award a contract resulting from this solicitation based on the best overall value, to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The contractor must meet all criteria to be considered for award. If more than one proton transfer reaction mass spectrometer (PTR-MS) instrument demonstrates the minimum specifications of operating principle, sensitivity, response time and linear range, and point totals are equal, cost will be the determining factor. (b)The following factors shall be used to evaluate offers: 1.Operating principle (25 points)The instrument must employ soft ionization using hydronium ions (H3O+) to ionize target compounds for selection and detection by a mass spectrometer. 2.Instrument sensitivity (25 points):The instrument must be capable of achieving a detection threshold of 5 pptv (parts per trillion by volume). 3.Instrument response time (10 points)The instrument must be capable of achieving a response time of at least 100 milliseconds. 4.Linear range of instrument (10 points)The instrument must be capable of maintaining a linear range from 5 pptv (parts per trillion by volume) to > 1 ppmv (parts per million by volume). 5.Past Performance (30 points)Offeror shall demonstrate performance during the last five years on contracts and/or subcontracts which are similar in scope, to that which is anticipated in the statement of work or specifications as applicable. Offeror shall demonstrate this performance by: 1) Listing all contracts and/or subcontracts completed during the last five years, 2) Listing all contracts and/or subcontracts currently in process, and 3) Include the following information for each contract and subcontract listed (a) Name of government agency/organization/company. (b) Brief description of contract or subcontract and relevance to this requirement. (c) Total contract value. (d) Period of performance. (e) Government Agency/Company point of contact, telephone number, and E-mail address (if available). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. B. TECHNICAL CAPABILITIES: Offeror shall provide documentation in sufficient detail to demonstrate the product capabilities in meeting or exceeding the stated requirements in the Specifications. Any firm that believes it is capable of meeting EPA's requirement stated herein may submit a proposal, which if received by the response date of this announcement will be considered. Responses to this solicitation must be in writing. The proposal shall include a breakdown of the total price that includes any fabrication, any installation, any shipping, any acceptance testing, and warranties. All proposals received in response to this posting will be evaluated based on Best Value. All interested parties may identify their interest and capability of meeting EPA requirements by submitting technical documentation along with their cost proposal to William M Yates, Contracting Officer, by e-mail to yates.william@epa.gov or at the following addresses: via U.S. Mail via Courier or Hand-Carried Delivery USEPA CPOD USEPA CPODWilliam M. Yates, Contracting OfficerAttn: William M. Yates, Contracting OfficerMail Code: NWDSuite 300, 3rd Floor26 West Martin Luther King Drive 4411 Montgomery RoadCincinnati, Ohio 45268Norwood, Ohio 45212 Technical proposals must be submitted to William M Yates by 4:00 PM Wednesday, January 7, 2009 in order to be considered by EPA. Questions must be submitted in writing to William M Yates via e-mail. Telephone queries will not be honored.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=00049206fbb390081276eb3d6dfa80c0&tab=core&_cview=1)
 
Place of Performance
Address: 109 TW Alexander Drive Durham, NC<br />
Zip Code: 27711<br />
 
Record
SN01721047-W 20081220/081218215110-00049206fbb390081276eb3d6dfa80c0 (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.