Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 19, 2011 FBO #3616
SOLICITATION NOTICE

66 -- Gas Concentration Analyzer System

Notice Date
10/17/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
HPODUS Environmental Protection AgencyAriel Rios Building1200 Pennsylvania Avenue, N. W.Mail Code: 3803RWashingtonDC20460
 
ZIP Code
20460
 
Solicitation Number
TF-HPOD-12-0001
 
Response Due
10/26/2011
 
Archive Date
11/25/2011
 
Point of Contact
Trina Fisher at fisher.trina@epa.gov
 
E-Mail Address
Fisher, Trina
(Fisher.Trina@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and under the authority of FAR 13, 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. This solicitation includes the incorporated provisions and clauses in effect through Federal Acquisition Circular 05-53. The North American Industry Classification System (NAICS) Code for this procurement is 334516 with an SBA size standard of 500 employees and this requirement is being conducted as a small business set-aside. The US EPA Office of Enforcement and Compliance Assurance (OECA), National Enforcement Investigations Center (NEIC) has a requirement for an advanced geospatial mapping and ambient monitoring system for greenhouse gases: gas concentration analyzer system in accordance with the attached specifications. The gas concentration analyzer required will form the basis of a system which will provide real-time, geospatially accurate, air monitoring data for use for rulemaking, compliance, enforcement, and human exposure purposes. Such data are essential to assist in accurately assessing air quality associated with specific sources within the oil and gas industry and other industry sectors. The gas concentration analyzer emission quantification system requested by NEIC must have the following features: 1.A three-gas analyzer capable of measuring methane gas, water vapor, and carbon dioxide gas. The measurement of water and carbon dioxide is essential to producing more accurate and precise methane measurements.2.Capability to measure methane concentrations across a range from low parts per billion (ppb) to at least 150 parts per million (ppm).3.A 10 hertz (Hz) data rate.4.Robustness, portability, and front rack-mount capability for installation and use in a mobile field platform.5.Includes compatible, data logging, auxiliary mobile monitoring equipment such as global position system (GPS) instrumentation, compact weather station equipment, and anemometer.6.Includes supporting software.7.Delivery must be F.O.B. destination the National Enforcement Investigations Center (NEIC) at Denver Federal Center, Bldg 25, Denver, CO 80225. The exact dollar amount of any and all shipping, handling, insurance and F.O.B. destination fees must be conspicuously listed as a separate line item on quotations. The Government anticipates issue of a firm-fixed-price (by line item) Purchase Order for this requirement. Basis for Award: The Government will make award to the responsive, responsible firm, whose quotation is most advantageous to the Government on a best value basis. Instructions: FAR 52.212-1 "Instructions to Offerors - Commeicial" applies to this acquisition. Offerors are to include a copy of FAR provision 52.212-3 "Offeror Representations and Certifications - Commercial Items" with their response. The following FAR clauses also apply: 52.212-4 "Contract Terms and Conditions - Commercial Items" and 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items", with the clauses cited further in this synopsis as being applicable. The aforementioned provisions and clauses can be accessed electronically at http://acquisition.gov/comp/far/index.html. Prospective sources are reminded that award can only be made to a contractor who is registered in the Central Contractor Registration (www.ccr.gov) database with an active Dun & Bradstreet Number. FAR 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items"The following are applicable to this requirement:52.222-50 Combating Trafficking in Persons (FEB 2009)52.233-3 Protest After Award (AUG 1996)52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010)52.209-6 Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010)52.219-6 Notice of Total Small Business Set-Aside (JUN 2003)52.219-28 Post Award Small Business Program Representation (APR 2009)52.222-3 Convict Labor (JUN 2003)52.222-19 Child Labor ? Cooperation with Authorities and Remedies (JUL 2010)52.222-21 Prohibition of Segregated Facilities (FEB 1999)52.222-26 Equal Opportunity (MAR 2007)52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010)52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEPT 2010)52.225-3 Buy American Act ? Free Trade Agreements ? Israeli Trade Act Alternate I (JAN 2004)52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (OCT 2003) Quote Submission: Offerors shall submit a firm-fixed-price quote (by line item) for issue of a Purchase Order. Partial quotes will not be accepted for this requirement. Vendors are encouraged to direct any questions by e-mail only to the Contract Specialist, Trina Fisher, at fisher.trina@epa.gov - no telephone inquiries will be accepted - no later than October 21, 2011 at 4:00 PM EST. In addition, the FAR 52.212-3 representations and certifications shall be submitted. Responses are due no later than October 26, 2011 at 4:00 PM EST and should be submitted via email to Trina Fisher at fisher.trina@epa.gov. No telephone inquiries shall be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/TF-HPOD-12-0001/listing.html)
 
Record
SN02608367-W 20111019/111017234239-bb60cfb8a7dd0ef017282ded536011d9 (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.