SOLICITATION NOTICE
66 -- EQUIPMENT
- Notice Date
- 9/21/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Environmental Protection Agency, Oar Service Center/Oaqps, Rtp Procurement Operations Division, Research Triangle Park, NC 27711
- ZIP Code
- 27711
- Solicitation Number
- RFQ-RT-04-00525
- Response Due
- 10/6/2004
- Archive Date
- 11/6/2004
- Description
- NAICS Code: 334519 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN 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 DC4535 and is being issued as a Request for Quotation (RFQ).The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24. The associated North American Industry Classification System (NAICS) code is 334519 which has a small business size standard of 500 employees, however, it is anticipated that the contract will be awarded as the result of a full and open competition. The purpose of this notice is to inform all interested parties that the Environmental Protection Agency (EPA), Research Triangle Park, NC intends to award a Firm-fixed-price purchase order as a result of this solicitation. Award will be made to a single contractor for all tasks. Award will be made using the Simplified Acquisition Procedures. The desired delivery date is no later than 90 days after award of purchase order. The equipment is to be delivered FOB Destination. TASK 1: The contractor shall provide nine portable monitors (with accessories) to semi-continuously (1hr. Cycle) measure PM2.5 aerosol concentrations downwind of wildfires. The monitors will be operated and maintained by State Agency monitoring staff for use at designated sites. The monitors shall consist of the following specifications: 1). a Portable Beta Attenuation Mass Monitor with six channel internal data logger (brand name or equal); 2). Range 0-100mg/m3. Accuracy 2.5ug in 24hr period; Automatic zero and span, with tripod. 3). Communications options with voltage output (0-1, 0-5, 0-10, selectable, 12 bit accuracy) plus RS232; 4). Monitor inlet is a PM10 Dichotomous sampling head; 5). Power is 12VDC@30 watts or AC; and 6). The monitor shall be housed in a weatherproof enclosure (E-BAM or equivalent). The following accessories shall also be included: a). PM2.5 sharp cut cyclone inlet adapter for use with monitor (BX-807 or equivalent); b). Beta attenuation filter tape, glass fiber, for two month operation per tape (460130 or equivalent); and c). Weatherproof power supply for E-BAM (EX-120 or equivalent). Monitors and accessories will be shipped to multiple locations as designated below: Arizona Department of Environmental Quality (2 sets of monitors and accessories) Attn: Brant Englund 1110 W. Washington Street Phoenix, AZ 85007 Phone: 602-771-4481 Washington Department of Ecology and Environment Attn: David Bumgardener Shipping and Receiving 300 Desmond Drive Lacy, WA 98503 Phone: 425-649-7108 Tim Booker Manager-Monitoring Section New Mexico Environment Department/Air Quality Bureau 2048 Galisteo Street Santa Fe, NM 87505 Phone: 505-955-8067 Ken Stroud Chief, Air Quality Surveillance Branch California Air Resources Board PO Box 2815; Sacramento, CA; 95812 Phone: 916-445-3745 Coleen Campbell Smoke Management Program Coordinator Colorado Air Pollution Control Division 4300 Cherry Creek Drive South,APCD-TS-B1 Denver, CO 80246 Phone: 303-692-3224 Elton E. Erp Air Monitoring and Data Management Supervisor Montana Department of Environmental Quality DEQ-Air Monitoring 1100 N. Last Chance Gulch Helena, MT 59620 Phone: 406-841-5260 Jeff Smith Air Quality Monitoring Manager Oregon DEQ 1712 SW 11th Ave. Portland OR 97201 Phone: 503-229-5983 x234 Gerry Guay Project Manger - Air Monitoring Group Alaska Department Environmental Conservation 555 Cordova Ave Phone Number: (907) 269-3070 TASK 2: The contractor shall provide a 4 hour on site training session for the designated operators for each of the eight State agencies identified above to demonstrate the use and operation of the monitors. The contractor shall furnish one fully equipped portable beta attenuation monitor system for the training and demonstration and provide any training materials (handbooks, brochures, etc.) as necessary. The training shall be provided in a classroom and laboratories located at the U. S. Environmental Protection Agency's (EPA) facility in Las Vegas, Nevada. The training session shall be conducted upon the completed delivery of all monitors. Coordination of the training will be completed by the EPA Project Officer. Training shall be conducted no later than January 30, 2005. The contractor must provide detailed information about the proposed monitors so that a decision can be made with regard to meeting the above specifications. The proposed monitor must meet the above specifications, at a minimum. Any specific variances from the required specifications shall be addressed by the offeror with respect to how the offeror's proposal provides an alternative equivalence. Failure of an offeror to demonstrate that the proposed upgrades/variances will meet the Specifications shall render the offeror ineligible for further consideration for award. The contractor shall provide a itemized cost breakdown for each monitor. The Government reserves the right to require additional pricing information if necessary to determine that the proposed price is reasonable. Proposal Instructions and Evaluation Criteria: The Government intends to award a single contract to the responsible offeror whose proposal is the lowest price technically acceptable. All offerors are to include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certifications--Commercial Items. The following FAR referenced clauses apply to this solicitation: 52.212-1, Evaluation-Instructions to Offerors Commercial. The following FAR clause applies to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items. The following additional FAR clauses which are cited in clauses 52.212-5 are applicable to this acquisition: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-21, Prohibition of Segregated Facilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. Representations and Certifications shall be included with the price proposal. Please submit two copies of the proposal to Joy Kimble, Contract Specialist, U.S. Environmental Protection Agency, 109 T.W. Alexander Dr., Research Trinagle Park, NC 27711. For FEDEx, UPSA or overnight mail to 4930 Page Road, Durham, NC 27703. All offers are due no later than(NLT)noon (EST), 6 October 2004. Please refer all technical questions in writing NLT (noon) EST 28 September 2004 to Joy Kimble at kimble.joy@epa.gov. No telephone or faxed requests will be honored. The list of referenced clauses can be found on the internet at the following web address: http://www.epa.gov/oam/rtp_cmd .
- Record
- SN00678775-W 20040923/040921212910 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |