Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2010 FBO #3011
SOLICITATION NOTICE

66 -- RECOVERY - PARTICULATE MONITOR

Notice Date
2/19/2010
 
Notice Type
Presolicitation
 
Contracting Office
U S GEOLOGICAL SURVEY, APS BRANCH OF ACQUISITION AND GRANTS3020 STATE UNIVERSITY DR. EAST, MODOC HALL STE 2002 SACRAMENTO CA 95819
 
ZIP Code
95819
 
Solicitation Number
10WRQQ0124
 
Response Due
3/1/2010
 
Archive Date
2/19/2011
 
Point of Contact
DANNY TOLIVER CONTRACT SPECIALIST 9162789442 dtoliver@usgs.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY - PARTICULATE MONITOR The Department of the Interior, U.S. Geological Survey (USGS), has a requirement for approximately thirteen (13) particulate monitors for delivery to Anchorage, AK and Hawaii National Park, HI. A sample of the minimum requirements for the monitors is listed below in this announcement. A complete list of all the minimum requirements will be listed in the Request For Quotation (RFQ). Instrument Specifications-Capable of quantifying and logging particulate concentrations ranging between 0-50 milligrams per m3, with a minimum detection limit no less than 3 micrograms/m3 for a 24-hour measurement.-Near-real-time particle concentration measurement at user specified intervals and simultaneous physical sample collection onto sample tape or similar. -Near-real-time particle concentration measurement using Beta-attenuation technique or equivalent. Optical (laser) measurement systems are not equivalent as they are unsuitable for cold weather conditions due to condensation on lens systems.-Capable of monitoring both PM10 and TSP particle sizes, but not necessarily at the same time. -Sample inlets for both PM10 and TSP will be included in bid.-Capability to run unattended in a continuous mode 24/7 for a minimum of two months (assuming adequate power supply). -Integrated meteorological sensors to record ambient temperature, relative humidity, wind speed and direction.-Hardware will be included to provide for a moisture control inlet heater and volumetric flow control. Power-Dual power capability from an external 12V DC battery and 120V AC source.-If 12V DC battery capability is not standard, quote to include necessary electronic items (connector, inverters, etc) to allow for 12V DC power. Quote does not require the 12V DC batteries themselves. -Five (5) solar panel kits to provide additional power and/or recharge batteries. The Government anticipates award of a commercial, Firm-Fixed Price type contract. The delivery date is anticipated to be 45 days after award of the contract. In accordance with the requirements of FAR 5.102(a)(1) and FAR 5.207(c)(11), a written Request For Quotation (RFQ) and any documents related to this acquisition will be issued in accordance with the procedures of FAR Part 12, Acquisition of Commercial Items and FAR 13.5, Test Program for Certain Commercial Items, and will be available on the internet on or about 01 March 2010. The offeror is responsible for monitoring this site for the release of the request for quotation and amendments (if any). A formal request for quotation is not available for release at this time. One or more of these items under this acquisition is subject to the Free Trade Agreements. This requirement is being issued as unrestricted opportunity. The applicable North America Industry Classification System (NAICS) code is 334516 and the size standard is 500 employees. There is no incumbent contractor. Full or partial funding for requirements to be completed by resultant contract award(s) will utilize funds provided by the American Recovery and Reinvestment Act of 2009 (the 'Act'), Public Law 111-5. Inclusion of unique provisions required to implement the Act, including those for significant reporting and transparency requirements by the successful offeror(s), will be required in any resultant contract. All firms must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov, as well as, the Online Representations and Certifications Application (ORCA) to be considered for award. All questions and concerns may be submitted to the Contract Specialist, Danny Toliver, via email at dtoliver@usgs.gov. (ATN: SV0001R - SV0009S)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/10WRQQ0124/listing.html)
 
Place of Performance
Address: Anchorage, AKHawaii National Park, HI
Zip Code: 99508
 
Record
SN02069414-W 20100221/100219234920-1605db01d900685ea9d3aab637c431f4 (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.