Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2010 FBO #2989
SOLICITATION NOTICE

99 -- MOVEMENT OF AIR MONITORING SHELTERS

Notice Date
1/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Cincinnati Procurement Operations Division 26 W. Martin Luther King Drive Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
PR-CI-10-10400
 
Response Due
2/25/2010
 
Archive Date
3/27/2010
 
Point of Contact
WILLIAM M. YATES, Contract Specialist, Phone: 513-487-2055, E-Mail: yates.william@epa.gov
 
E-Mail Address
WILLIAM M. YATES
(yates.william@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
NAICS Code: 541620, 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), Office of Research and Development,(ORD) National Risk Management Research Laboratory (NRMRL) Air Pollution Prevention & Control Division (APPCD) in RTP, NC, under the Simplified Acquisition Procedures (SAP), of the Federal Acquisition Regulations (FAR) Part 13, on a firm-fixed price basis, intends to procure Movement of Air Monitoring Shelters services: Four air monitoring stations (8? x 20?) are located at the following addresses in Las Vegas: 1) Site 1 -- 2964 Post Road; 2) Site 2 -- 2874 Post Road; 3) Site 3 -- 2734 Post Road; 4) Site 4 -- 6193 Dean Martin Drive. These 4 air monitoring stations are required to be moved from these Las Vegas locations to the following locations in Detroit, Michigan: Site IDSite DescriptionLatitudeLongitudeSite 110 Meter Roadside42.386000?-83.266404?Site 2100 Meter Downwind42.386809?-83.270644?Site 3300 Meter Downwind42.388269?-83.271439?Site 4Upwind 42.384762?-83.265786? The air monitoring shelters and instrumentation shall be disassembled, packed, loaded onto flatbed truck(s), transported to Detroit; unloaded; shelters leveled; unpacked; reassembled and set-up, turned on and calibrated. A picture of a typical Las Vegas Ambient Air Monitoring Shelter is shown at the end of this SOW. This equipment list may be found in Attachment A. The contractor shall in all respects be responsible for the shelters and equipment for the duration of this activity until successful completion of the verification step. The contractor shall be responsible for replacing or repairing at the discretion of EPA any equipment damaged or lost during this activity. This includes equipment damaged or lost during disassembly, packing, loading onto flatbed truck(s), transportation to Detroit; unloading; shelters leveling operation; unpacking; reassembly and set-up, turn on and calibration. This is to be a turn-key operation ? the transport and set-up of the air monitoring shelters shall be performed in a manner such that when EPA staff arrives at the Detroit site, the air monitoring shelters shall be in all respects ready to operate and begin taking ambient air quality measurements. The final step will be verification -- EPA staff shall verify instruments are operating properly prior to accepting successful completion of this effort. It is anticipated that any computers and equipment that were originally installed and set-up by EPA personnel will be the responsibility of EPA to disassemble and ship to Detroit. This equipment list is shown in Attachment B. The EPA reserves the right to incorporate the vendor?s proposal into the SOW if there are elements of the proposal that are beneficial to the EPA?s ability to implement this activity. Timing of Move ? It is estimated that these air quality monitoring shelters will be required to be in place and operating (taking ambient air quality measurements) by April 15, 2010. This schedule may be impacted by a number of factors: 1) right-of-entry permits onto job sites; 2) utility connections; 3) other permits/inspections; 4) weather conditions in either Las Vegas, Nevada or more importantly by weather conditions in Detroit, MI. STATEMENT OF WORK The following tasks are requirements of this SOW: 1. Decommission Las Vegas SitesThe contractor shall decommission the Las Vegas Sites in a manner consistent with manufacturers? instructions. Decommissioning the Las Vegas Sites involves turning off all instrumentation in a manner consistent with manufacturers? instructions. 2. Disassembly of InstrumentationThe contractor shall disassemble instrumentation in a manner consistent with manufacturers? instructions. This disassembly of instrumentation involves removing said instrumentation from the shelter roof or other external mountings as well as removing said instrumentation from the internal racks in a manner consistent with manufacturers? instructions. Moreover, the contractor shall disassemble and secure roof railings, shelter stairs and miscellaneous external/internal fittings, instrumentation, cables, wiring, etc. in a manner consistent with manufacturers? instructions to ensure safe transport of the shelters and associated instrumentation and equipment to Detroit. 3. Packing InstrumentationThe contractor shall pack the instrumentation in a manner consistent with manufacturers? instructions to avoid damage during transport. This packed instrumentation shall be stored and secured in the air monitoring shelters prior to loading onto flatbed truck(s). 4. Loading onto Flatbed Truck(s)The contractor shall arrange for the shipment of the air quality monitoring shelters via flatbed truck(s). The contractor shall be responsible for scheduling a crane to load these air monitoring shelters onto the flatbed truck(s). 5. Transport to DetroitThe contractor shall arrange for the shelters to be transported to Detroit in a manner that minimizes damage to the air quality monitoring shelters and instrumentation. 6. Unloading of SheltersThe contractor shall unload one of the air quality monitoring shelters at each of the 4 locations mentioned at the beginning of this SOW. It is the responsibility of the contractor to schedule a crane for the unloading of the air quality monitoring shelters. 7. Leveling Shelters at Job SiteThe contractor is required to ensure the shelters are leveled at the time of installation. Level is defined in this context as within 1/2 inch over 20 feet. 8. Unpacking Instrumentation The contractor shall unpack the instrumentation in a manner consistent with manufacturers? instructions. 9. Assembly and Set-Up of InstrumentationThe contractor shall assemble, set-up, and install instrumentation in a manner consistent with manufacturers? instructions. 10. Annual Preventative Maintenance The contractor shall perform annual preventative maintenance in accordance with manufacturers? instructions for this activity. The applicable instrumentation is shown in Attachment A. 11. Turn-on and Calibration of InstrumentationThe contractor shall turn-on and calibrate the instrumentation according to manufacturers? instructions for this activity. 12. VerificationEPA staff will verify instruments are operating properly prior to accepting successful completion of this effort. 13. Site VisitsWhile Site Visits are not required, they are encouraged. If you require a Site Visit, you are to contact the Contracting Officer for arrangements. The Contracting Officer is William Yates. The contact number is 513-487-2055. The email address is yates.william@epa.gov. Phone calls are preferred. ADDITIONAL REQUIREMENTS VerificationThe EPA technical lead and EPA contractor must verify that all shelters, instruments, sensors, samplers, data loggers, computers and miscellaneous components are installed and operating correctly and valid data is being logged. Completion includes instruments operating, calibrated using NIST traceable standards or other appropriate standards, logging data on the master computer and internet access of that data remotely. ATTACHMENT A EPA/FHWA Near Road Collaboration Project Core System10 Meter 100 Meter 300 Meter 100 Annual Roadside Downwind Downwind Meter Preventative Upwind Maintenance Required Air Monitoring SheltersXXXX Inspect and report health / safety issuesEC9830 CO Gas AnalyzerXXXXXEC9841 NO Gas AnalyzerXXXXXBGI PQ200 XXXXXMagee-Scientific AethalometerXXXXXAE Data Logger 9400TPXXXXX AE GasCal 1100 Dilution Calibrator XXXXXAE 8301 Compressed Air (Zero Air Source) XXXXXComplete Met StationXX American Ecotech Rainmaster 1000 XX Model 394 Pyranometer (Solar Radiation) XX Vaisala Humicap Humidity/Temp HMP45A/D XX RM Young 81000 Sonic Anemometer XXXXXMet Tower XXXXXRacks, Cable, Miscellaneous ComponentsXXXXInspect, Replace, Repair, Rebuild As NeededAtech 2200 Cartridge SamplerXXXXXEntech 1800 Canister SamplerXXXXXEC9850 SO2 Gas AnalyzerXXXThermo 1405-DF TEOMXXXXX Chromatotech GC AirToxic GC 866 XXXXX Surge (UPS), Roof Flanges, Cable Trays, Etc. XXXXInspect, Replace, Repair, Rebuild As NeededCellular High Gain Antenna System XXXX Other Miscellaneous Equipment Not Elsewhere Categorized: Cables, wiring, tubing, etc. XXXX Pumps, Valves, Regulators, Gas Cylinders XXXXSmall Freezer XSmall Refrigerator X X = Equipment Present or Annual Maintenance Required All equipment in attachment A will be the responsibility of the contractor. ATTACHMENT B Item/Model # Description Quantity Location Shelters Extech 407764Microphone 2 1 2Axix 223M Video Camera 2 1 4Vivotek SD7151Video Camera 1 1USB External HD1 TB Video Storage System 214Drager Polytron IRCarbon Dioxide Analyzers 41234PDAQ-56 Data Acquisition Systems 41234 APC UPS 3000 VA UPS 111U Server ComputerComputer Systems 41234Serinus 30Carbon Monoxide Analyzers 31Magee-ScientificAethalometer 31Monitor & KeyboardPull-Out Monitor Drawer 11 All items in attachment B are the responsibility of EPA staff to uninstall, package and ship to new location. Shelter Number and Description 1 2 3 410 Meter 100 Meter 300 Meter 100 Meter Roadside Downwind Downwind Upwind Evaluation Criteria The following evaluation criteria will be used to evaluate the proposals received in response to this requirement: 1.Bidder must demonstrate knowledge of the amount and types of equipment being moved by including in the proposal prior job history relevant to this specific project.2.Bidder must include in the proposal a description of the type of equipment that will be used to transport the shelters such as the use of ?scientific flatbed? truck(s).3.Bidder must demonstrate knowledge of EPA test methods, procedures and protocols when addressing Items 9, 10, and 11 of the statement of work. 4.Bidder may propose cost options for Items 1-9 that demonstrate alternatives or methods that minimize damage to the shelters, equipment, instruments, sensors, data loggers, computers and miscellaneous components during the decommissioning of the Las Vegas site, disassembly of equipment, packing, loading of the shelters onto truck(s), transport, unloading of the shelters, unpacking, reassembly and set-up of equipment.A copy of the SOW (Adobe Acrobat pdf) will be emailed to offerors who request a copy from the POC(yates.william@epa.gov). 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 (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. Any firm that believes it is capable of meeting EPA's requirement stated herein may submit a quote, which if received by the response date of this announcement will be considered. Responses to this solicitation must be in writing. The quote shall include a breakdown of the total price, that includes packaging, shipping, installation, acceptance testing, warranties. Submit all questions in writing to the Contracting Officer, William Yates at yates.william@epa.gov by February 11, 2010. All proposals received in response to this posting will be evaluated based on Best Value. Proposals are due 3:00 PM, EDT, February 25, 2010. Submit quote via email to: yates.william@epa.gov with subject line: "Movement of Air Monitoring Shelters, PR-CI-10-10400". Telephone and fax requests for information will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/PR-CI-10-10400/listing.html)
 
Record
SN02051631-W 20100130/100128234710-177cc99cf6e51c9dcab3b644ca6075ee (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.