Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
MODIFICATION

66 -- Commercial SAP - Met-One Super SASS Sequential Monitors

Notice Date
6/23/2010
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
RTP Procurement Operations Division (D143-01) ATTN: Tillie Newsome/PR-NC-10-10543 Research Triangle Park, NC 27711
 
ZIP Code
27711
 
Solicitation Number
PR-NC-10-10543
 
Response Due
7/15/2010
 
Archive Date
8/22/2010
 
Point of Contact
OTELIA D. NEWSOME, Placement Contracting Officer, Phone: (919) 541-3164, E-Mail: newsome.otelia@epa.gov
 
E-Mail Address
OTELIA D. NEWSOME
(newsome.otelia@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: The U.S. Environmental Protection Agency (EPA) intends to purchase 10 additional super spiral aerosol specification samplers (SASS) sequential monitors from Met One Instruments; 1600 Washington Blvd; Grants Pass, OR 97526. This is a SOURCES SOUGHT NOTICE ONLY for purposes of (1) negotiating a sole source procurement with Met One Instruments and is not a Request for Proposal. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. The Government will not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred by interested parties for responses to this Sources Sought Notice. No solicitation is available. The EPA has a requirement for 10 additional super (SASS) sequential monitors from Met One Instruments that are compatible with other Met One Instruments monitors. Each unit includes 8 P/N 8670 sharp cut cyclone; 8 P/N 8370 sampling canister; 1 P/N MgO denuder with sleeve. Chemical speciation of fine particle (PM 2.5) is included in the discussion of major monitoring requirements and principles set forth by the revised Part 58 regulation. Data collection from speciation monitoring in recent years has determined a baseline of PM components. EPA has a PM2.5 Speciation National Network called the Chemical Speciation Network. The Met One Super SASS sampler is an ambient air sampler and is a designated Federal Registered Method (FRM) speciation sampler that is used in this network. The unit collects PM 2.5 um samples on filters in eight channels allowing unattended multiple day, up to one (1) full week for single filter sampling or two-day, three-channel sampling. This feature is unique to this unit and is a necessary feature when running at remote locations. The modular design and light-weight components allow the system to be easily packed, loaded into a trailer, transported and assembled at the next network location. During the development of the baseline of data, the National PM2.5 Speciation Network included several sampler models. A key element of comparison of speciation methods includes comparability of data. Over time, by looking at replacement and new purchase trends, the market has determined that the Met-One Super SASS sampler best achieves the purposes of data comparability, compatibility, and analysis. Also, over time, the network has evolved to this one model of sampler for PM2.5 speciation. In order to provide the optimal data compatibility and comparability, 10 additional samplers are required to be distributed to States. The EPA has identified Met One Instruments as the only vendor capable of satisfying the Agency?s requirement in order to ensure data compatibility and accuracy with existing systems. The circumstance permitting ?Other than full and open competition: is the Federal Acquisition Regulation (FAR) 6.302-1(2) ? Only one responsible source and no other supplies or services will satisfy agency requirements. The North American Industry Classification System (NAICS) code for this effort is 334516, Analytical Laboratory Instrument Manufacturing with a size standard of 500 people. The intent of this notice is to determine if any other source(s) exist. Therefore, no solicitation (RFP) is currently available. Interested businesses should submit a capability statement which demonstrates their firm's ability to successfully perform the overall requirements as noted above. Responses must also include the following: name and address of firm, size of business, DUNS, number of years in business, ownership, parent company/affiliate information, joint venture partners, and a list of customers during the past three years to include the contract numbers/contract type/dollar value of each procurement and point of contact's name/address/phone number. This capability statement shall not exceed five (5) pages in length and shall be sent electronically to Tillie Newsome, at newsome.otelia@epa.gov within 15 days of the date of this announcement. Additionally, interested parties must (1) be registered in the Central Contractor Registration (CCR) database online at https://www.bpn.gov/CCR/scripts/index.html and (2) have completed the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/ to be eligible for consideration. Any response(s) failing to provide a capability statement but instead choosing to merely submit a routine letter requesting a copy of the RFP will not be honored. Interested vendors shall: 1) include information and specifications on the proposed supplies which clearly supports the requirements outlined above; 2) fully explain your capabilities and qualifications and; 3) provide itemized pricing that is sufficient to make a determination that competition is feasible. Response to this synopsis must be made in writing. No telephonic or faxed request will be honored. Please reference PR-NC-10-10543 Super SAAS Sequential Monitors in the E-mail subject line and all other responses. Direct procurement-related questions to Tillie Newsome at the above e-mail address. Respondents will not be notified of the results of this market research.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/CMD/PR-NC-10-10543/listing.html)
 
Record
SN02186140-W 20100625/100623235215-06e6e24d1f66962b2b9f02f262df2505 (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.