Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2009 FBO #2638
SOLICITATION NOTICE

20 -- In Situ Nitrogen (chemical) Sensor

Notice Date
2/13/2009
 
Notice Type
Presolicitation
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, RTP Procurement Operations Division, E105-02, Environmental Protection Agency, Ord Service Center/Nheerl, Rtp Procurement Operations Division, Research Triangle Park, NC 27711
 
ZIP Code
27711
 
Solicitation Number
RFQ-RT-09-00084
 
Response Due
2/23/2009
 
Archive Date
3/23/2009
 
Point of Contact
Point of Contact, Pamela Smith, Purchasing Agent, Phone (919) 541-0635<br />
 
Small Business Set-Aside
N/A
 
Description
NAICS Code: 334513 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTES ARE BEING REQUESTED AND AWRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is RFQ-RT-09- 00084 and the solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-29. The Environmental Protection agency (EPA) anticipates that a purchase order will be awarded as a firm-fixed price purchase. This procurement is being issued as full and open competition using FAR Part 13 Simplified Acquisition Procedures. The associated North Industry Classification System (NAICS) is 334513 and the size Standard is 500 employees. This procurement is for the acquisition of quantity of four (4) each, In Situ Nitriogen (chemical) Sensor (ECO-ML01 EcoLab or equal)and deployment and operation components. Required Specification: (1) Specificity of sensor and methodology: Nutrient sensor must be capable of quantitative, in situ analysis and monitoring of the variability of concentration of nitrate, nitrite, and ammonium in estuaries and coastal ocean waters using proven chemical reagent-based technology; instrument must be capable of both nitrate and ammonium measurements. instrument may also be capable of silicate and phosphate analysis; (2) Sampling capacity: Sensors must have a 2% precision and sensitivity of 0.05 uM for nitrogen species analysis. Capabilities for sample frequency should be at a minimum of once per hour, and equipment should be sufficiently durable and robust to be able to operate 10 for three weeks without servicing, and 2) throughout a minimum of 3-mo. deployment in ocean waters. The sensor sampling should be adjustable to accommodate specific deployment needs have capacity for "adaptive analytical events" to be triggered manually or automatically; (3) Data access: Data should be both stored and available for transmission. Instrument should be able to communicate with a computer-datalogger that can control the sampling interval remotely and instruments should be able to communicate with data telemetry systems functional in Long Island Sound such that allow that data may be transmitted to shore in real time or on demand. Hardware and software for radio telemetry, data storage, and data transmission shall be functional with NERACOOS data system: (4) Equipment robustness: The in situ N sensor must be competent and capable of embedding in coastal ocean mooring in Long Island Sound, and other coastal waters extending North through the Gulf of Maine. Sensors should be able to withstand the documented sea and depth conditions for 30-60 day deployments. Hardware should be configured for MERACOOS deployment, recovery, and data transmittal and designed to minimize potential loss of instrument or data under predictable conditions; (5) Embedded capacity: Equipment must be compatible with (e.g., able to be embedded and function in) existing NERACOOS systems within Long Island Sound and Southern New England; (6) Contextual data: Sensors must be able to operate correctly while deployed on mooring in conjunction with contextual sensors and samples, such as CTD, DO, or discrete water samplers for the existing observing system (Long Island Sound and Southern New England) in which the sensors can be embedded: (7) Consumable: The vendor should provide consumables required for operation during the initial 3 month deployment and measurement campaign. These should include but not be limited to sufficient reagents, columns, filters, batteries, cable, seals, anti-fouling equipment, and spares to allow adequate testing to verify that the instrument operation and data quality met the program requirements and systems specification: (8) Quality Assurance: US EPA will establish a testing protocol for the in situ sensors with the vendor. Data quality and duration of operation must meet interagency Quality Assurance standards as defined by IOOS and interagency calibration exercises. Instrument testing should occur both prior to delivery and after delivery to verify that calibration, in situ functionality, and embedded data delivery operate as required. Testing protocols and compliance should be documented and provided to EPA by the vendor;(9) Vendor shall ship f.o.b. destination to Narragansett, RI 02882 ; (10) The vendor shall provide instrument warranty, operations manual, training, and technical support during the first year of operation in order to provide instruction in operation and maintenance of the situ sensors. A combination of written materials, manuals, calls, and direct training may be utilized; (11) The vendor shall make the option available for EPA to procure one or more additional in situ N (chemical) sensor (s) at same cost per unit. The Government intends to award a single purchase order to the responsible vendor whose quotation meet all the required specifications and represents the overall best value to the Government. Quotations must include sufficient material (such as narrative technical specifications, drawings, photos, brochures, demo disks, videos, etc.) to permit the government to determine that the proposed instrument will meet the required specifications. The Government reserves the right to require additional pricing information if necessary to determine that the proposed price is reasonable. The following FAR provisions shall apply to this solicitation: 52-212-1, Instructions to Offerors--Commercial Items. The following FAR clause applies to this acquisition: 52.212-4, Contract Terms and -Conditions--Commercial Items. The following additional FAR clauses which are cited in Clause 52.212-5 are applicable to the acquisition: 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era;52.222-50, Combating Trafficking in Persons; 52.225-1, Buy American Act--Supplies; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. All offers are due by February 23, 2009 @4:30 p.m., by faxed to: (919) 685-3178 or e-mailed to smith.pamela@epa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ee14020f2705f888885193d0332028ea&tab=core&_cview=1)
 
Record
SN01750354-W 20090215/090213215604-ee14020f2705f888885193d0332028ea (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.