Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2010 FBO #3023
SOLICITATION NOTICE

66 -- Multispectral Colored Dissolved Organic Matter Fluorometer

Notice Date
3/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Environmental Protection Agency, Office of Research and Development, Gulf Ecology Division, 1 Sabine Island Drive, Gulf Breeze, Florida, 32561
 
ZIP Code
32561
 
Solicitation Number
RFQ-10G-0026
 
Archive Date
4/1/2010
 
Point of Contact
Lisa E. Rogers, Phone: 850-934-9391
 
E-Mail Address
rogers.lisa@epa.gov
(rogers.lisa@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is RFQ-10G-0026, and the solicitation is being issued as a Request for Quotation (RFQ) using FAR Part 13 Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-38. This procurement is being issued as full and open competition. The associated North American Industry Classification System (NAICS) code is 334516 Analytical Laboratory Instrument Manufacturing, 500 employees size standard. A firm, fixed-price purchase order is anticipated to result from the award of this request for quote. The U.S. Environmental Protection Agency, Gulf Division, FL has a requirement to procure a Self-contained Multispectral Colored dissolved Organic Mater Fluorometer to characterize the quantity of colored dissolved organic mater at a point through time in high fouling sampling sites. The vendor shall provide a multispectral in situ fluorometer and associated equipment needed to meet the specifications described below. The instrument shall: • quantify CDOM fluorescence using two excitation-emission wavelength pairs optimized for discerning CDOM composition. • have two wavelength pairs centered between excitation 300 and 370 nm and fluorescence response between 400 - 475 nm. • quantify CDOM with a linear response in range sufficient to support measurements from high-CDOM coastal rivers to oligotrophic coastal marine waters (approximately 0.1 to 1000 ppb). • be equipped to deliver high data quality (noise below 2 mV to ensure acceptable signal to noise ratios and linearity of the instrument for concentration gradients observed in coastal aquatic environments) during extended deployments in a bio-fouling environment through active or passive means of preventing bio-fouling. • be capable of pumped-through operation. • b e internally (i.e., battery) powered and capable of internally logging data or reporting data to a "DH (Data Handler)-4" platform, so that the sensor is equipped with the following: 1) data bits, parity and stop bits of 8,N,1. 2) baud rate to match the specified rates offered on the DH4 Port Setup. 3) operating voltage is between 10 - 18 Volts. • be able to make repeated observations (burst sampling) and average them into a as a minimum single recorded value at a 15 minute interval for at least 12 weeks. • be deployable without failure to a water depth of at least 250 m. • One Year Warranty • Operating and Maintenance Manuals The vendor shall supply a data cable of at least 3m suitable for connecting the instrument to a computer in the laboratory. Award will be based upon best value for this procurement; technical capability (meeting the specifications), past performance and price are equal. Quotes shall provide documentation to demonstrate the proposed products meet the above minimum government specifications. Offers shall be evaluated on performance under existing and prior contracts/subcontracts/orders for same/similar product under the specifications listed in this request for quote. Performance is required of both the vendor and the same/similar product. Vendors shall include in their quote: 1) a list of at least two contracts performed within the last three (3) years and those in process for a same/similar product and 2) brief synopsis which includes the date the product was delivered and the client who received the product (include client name and telephone number). The Government's evaluation on past performance will focus on the quality of the product, timeliness of delivery, and level of customer satisfaction. All prices quoted shall be FOB DESTINATION, 1 Sabine Island Gulf Breeze, FL 32561 for delivery within 30 days after receipt of award. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this to this acquisition. The provision at 52.2 12-2, Evaluation-Commercial Items is applicable and the specific evaluation criteria are as follows: (I) Technical capability of the items offered to meet Government requirement (ii) past performance and (iii) price. 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 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under 52.2 15-5 paragraph (b), the following additional clauses apply to this acquisition: 52.2 19-6 Total Small Business Set-Aside; 52.222-26 Equal Opportunity; 52.222-35, Affirmative Action for handicapped Workers; 52.222-36 Affirmative Action for Workers with Disabilities; 52.225-1 Buy American Act-Supplies ; 52.225-2 Buy American Act Certificate, 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act, and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. All clauses may be found at http://farsite.hill.af.mil/VFFARA.HTM In addition these US EPA EPAAR Clauses are applicable to this synopsis/RFQ: 1552.211-79 Compliance with EPA Policies for Information Resources Management; and 1552.233-70 Notice of Filing Requirements for Agency Protests. These clauses may be found on the Internet at the following site: http://www.epa.gov/oam/ptod/epaar.pdf. All questions shall be forwarded via email to the Contract Specialist at the following email address: rogers.lisa@epa.gov, no later than March 11, 2010. If you obtain a copy of the RFQ via the Internet, it will be your responsibility to frequently check the same site where the RFQ is posted for any amendments. All responsible sources may submit a quotation via e-mail to rogers.lisa@epa.gov or fax (850-934-2400 on/or before March 17, 2010 by 2:00 p.m Central Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/ORD/GulfBreeze/RFQ-10G-0026/listing.html)
 
Record
SN02081551-W 20100305/100303234600-12a4625cd0fee1b5a7a991a7434bb3dc (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.