Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2010 FBO #2960
SOLICITATION NOTICE

66 -- Total Hydrocarbons (THC)/Methane/ Non-Methane Hydcrocarbons (NHMC) Continuous Emission Monitor

Notice Date
12/30/2009
 
Notice Type
Presolicitation
 
Contracting Office
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-10-00037
 
Response Due
1/19/2010
 
Archive Date
2/19/2010
 
Point of Contact
Point of Contact, Adam Meier, Purchasing Agent, Phone (513) 487-2852
 
E-Mail Address
U.S. Environmental Protection Agency
(Meier.Adam@epamail.epa.gov)
 
Small Business Set-Aside
N/A
 
Description
NAICS Code: 334513COMBINED SOLICITATION & SYNOPSIS The U.S. Environmental Protection Agency (EPA), Office of Research and Development, National Risk Management Research Laboratory, Air Pollution & Control Division, located in RTP, North Carolina has a requirement for: Two (2) total hydrocarbons (THC), methane, and non-methane hydrocarbons (NMHC) Continuous Emissions Monitors (CEM). 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-10-00037 when responding to this request. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-38. This acquisition is set-a-side for small business. The NAICS code is 334513, the size standard is 500 Employees. All supplies shall be provided to the U.S. EPA, 86 T. W. Alexander Drive, Durham, NC 27713 F.O.B. point shall be destination. Price quotes shall include any setup charges. The provision at FAR 52.219-1, Small Business Program Representations, applies to this acquisition. 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 included in Attachment B-Solicitation Description, Instructions & Technical Evaluation Criteria. Offers shall provide descriptive technical literature in sufficient detail to demonstrate that the items offered meet the minimum requirements specified in Attachment A -Required Items and Minimum Performance Specifications. 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: 52.219-8, Notice of Total Small Business Set Aside (June 2003), 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), 52.222-3, Convict Labor (June 2003)(E.O. 11755), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126),52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246), Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), 52.222-37, 52.225-1 By American Act-Supplies (Feb 2009), 52.225-13, Restrictions on Certain Foreign Purchases (June 2008), and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332).(These documents can be found at: http:www.epa.gov/docs/etsdop/). Offerors shall submit 1 copy of their offer, referencing RFQ-OH-10-00037, no later than Tuesday, January 19, 2010 at 3:00 PM EST to Adam Meier as follows: via email at meier.adam@epa.gov or via fax at 513-487-2107. Quotations may be sent via regular mail to: U.S. EPA, ATTN: Adam Meier, 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 Adam Meier at FAX number 513-487-2107 or via e-mail at meier.adam@epa.gov. Attachment A Required Items and Minimum Performance SpecificationsRFQ-OH-10-00037 ITEM:THC/Methane/NMHC Continuous Emission Monitor A.Equipment Description 1. APPCD performs measurements of combustion process emissions. The proposed Continuous Emission Monitor (CEM) will be used to accurately measure combustion emissions of total hydrocarbons (THC), methane, and non-methane hydrocarbons (NMHC) in support of APPCD's combustion and emissions characterization research programs. B.Minimum Specifications The following are the minimum specifications of the required THC/Methane/NMHC CEM: 1. Must support measurement of THC, methane, and NMHC within the same unit, supporting multiple ranges between 0-10 ppm and 0-10000 ppm inclusive 2. Detection principal must be heated flame ionization for all measurement channels 3. Must support both automatic and manual FID ignition 4. All wetted components must be maintained in a temperature controlled oven up through the detector to prevent condensation 5. Must be linear within 1% of full-scale on all ranges 6. Repeatability must be within 1% of full scale on all ranges 7. Must include 0-10 VDC (or lower voltage) analog outputs for each measurement channel 8. Zero/span drift must be less than 1% of full-scale over 24 hours 9. Must provide continuous THC measurement with 90% response time within 5 seconds 10. Chromatographic methane/NMHC measurements must update every 3 minutes or less 11. Must include all heated sample pumps and regulators to deliver sample to detectors 12. Oxygen synergism must be within 1% of full scale 13. Must include a backlit graphic display with high contrast and wide viewing angle Attachment B Solicitation Description, Instructions, & Evaluation Criteria 1.Solicitation Description and Instructions a. This is a competitive solicitation for an item to be used by the U.S. Environmental Protection Agency, Office or Research and Development, National Risk Management Research Laboratory, Air Pollution & Control Division. b. Quotes may be submitted electronically, by emailing quotes by attachment, preferably in PDF format, to meier.adam@epa.gov, by fax to (513) 487-2107 with attention to Adam Meier, or by any other means reasonably calculated to reach the contracting office. Email is the preferred method of submission. c. Offers shall provide technical descriptions with sufficient detail to demonstrate that the items offered meet the minimum requirements in the Performance Specifications (Attachment A). d. Offered price shall include all shipping and delivery fees based on FOB-Destination. e 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), after its receipt, unless a written notice of withdrawal is received before award. 2.Technical Evaluation Criteria The Government will award a purchase order on a best value basis resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: a. Technical acceptability of the item offered to meet the Government's requirement (Attachment A), and b. Compliance with all Solicitation Instructions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/RFQ-OH-10-00037/listing.html)
 
Record
SN02033203-W 20100101/091230235343-3fa57af73f662a392926cb939e618d2d (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.