MODIFICATION
66 -- MOBILE HIGH SPEED FOURIER TRANSFORM INFRA-RED (FT-IR) SPECTROMETER
- Notice Date
- 7/7/2005
- Notice Type
- Modification
- Contracting Office
- Environmental Protection Agency, Ow Service Center, 26 West Martin Luther King Drive, Cincinnati, OH 45268
- ZIP Code
- 45268
- Solicitation Number
- RFQ-OH-05-00142
- Response Due
- 7/22/2005
- Archive Date
- 8/22/2005
- Description
- NAICS Code: 421490 Minimum Specifications for Mobile, High Speed Fourier Transform Infra-Red (FT-IR) Spectrometer This is a combined synopsis/request for quote for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Quotes are being requested and a written RFQ will not be issued. Shipping charges need to be included in price. The current NAICS code is 423490 for this requirement. (the previous NAICS code from 1997 was 421490, which is also listed in the synopsis). The specifications for the Mobile, High Speed Fourier Transform Infra-Red (FT-IR) Spectrometer are as follows: Background: One of the primary missions of the Landscape Characterization Branch (LCB) of the National Exposure Research Laboratory's Environmental Science Division (NERL-ESD) is the research in advanced remote sensing technologies for environmental monitoring and characterization. NERL-ESD has a role to test and validate these technologies against a variety of applications, including: o Biomass burning emission characterization and chemical speciation. o Characterize emissions from industrial chemical plants and CAFOs in support of regional clients such as Air Permitting and Planning divisions. o Research in emission fluxes from CAFO, municipal landfills, and waste treatment facilities. o Validation of data obtained by earth observing remote sensing satellites, such as the NASA EOS systems. o Homeland security related events including: o emergency response to accidental releases or a terrorist release of chemical or biological agent - the library of chemical candidates includes all known chemical and biological agents. Sampling of gaseous emissions is a difficult task that is often dangerous to implement and the results uncertain due to the sampling instruments and protocols involved. Emission sources are often in hazardous areas and are hard to access for sampling or sensor placement. Emergency responses to chemical releases require real-time analysis and reporting, which is often not achievable using direct sampling techniques. Stand-off sensing technologies allow for remote sensing of chemical emissions from distances up to 1km and beyond in some cases. Recent advances in sensor technologies including miniaturization have produced very accurate systems that can discriminate thousands of chemical species in real time without active illumination sources or specialized reflectors. These systems are relatively easy to use and are very portable, requiring only small amounts of liquid nitrogen for cooling. The system proposed on this request can be configured to collect data from airborne platforms such as helicopter, or on the ground using a telescope lens. Minimum Specifications: The requirements for this order consist of the design and development of a fast-scanning and portable FT-IR spectrometer system. The system is required to be a highly portable FT-IR spectrometer capable of calibrated absolute emissivity measurements, and is proven in rugged geophysical and remote sensing applications. The system shall consist of a small compact packaging, rugged and reliable performance, and low power consumption. This mobile, high speed FT-IR spectrometer has to be capable of deployment on fixed wing aircraft, or a helicopter platform. The contractor will need to provide a proven design and be able to demonstrate successful remote detection of chemical plume species under a variety of environments. 1. Computer and Sensor: The spectrometer shall be integrated with a computer for system control and data analysis. The computer shall be capable of running all spectrometer control functions as well as being able to performing data analysis operations. The integrated computer shall enable housing of the A/D board within the unit and provide a ready-to-go portable workstation, including the keyboard and display. The entire system shall be able to run on standard wall power and also use a 12 volts supply and inverter adequate for the power consumption requirements. 2. Detector: The detector shall be a single pixel LN2 cooled two-color InSb/MCT detector. 3. Blackbody Calibrator: An on-board warm/cold blackbody will be incorporated into the system, to enable on-the-fly calibration of the instrument. This blackbody shall be between the interferometer and the outward looking telescope. 4. Fore-Optics and Sighting: The system shall have a 4" diameter Cassegrain type telescope which shall provide a 1.2? field of view (FOV). At a standoff distance of one kilometer this shall be able to provide targeting of an area approximately 21 meters in diameter. The telescope shall include, through-the-lens viewing for boresighting. 5. Software: The following levels described shall also be provided in this deliverable: Level 1: Acquire Sample and Reference Data and Subtract or Ratio. This shall give a raw spectrum of the species of interest with the background removed. If the Radiance was not used for the Sample and Reference data before the background removal, the software shall have the ability to use the blackbody to measure the instrument transfer function and to produce radiance measurements. Level 2: Correlation of Level 1 Measured Spectrum with a Known "Target" Spectrum. A calibration of the instrument transfer function is needed for target species with broad peaks or with multiple peaks in order to derive radiance values. Spectral detection algorithms are performed on Radiance rather than on raw intensity data. The software shall possess a technique to correlate these with the use of internal blackbodies measurements to an external blackbody. Orthogonal Subspace Projection (OSP) will be used to remove from 3 - 6 backgrounds from a sample scan. OSP addresses the issue of "known" backgrounds. The OSP algorithm shall allow for the specification of several backgrounds at once. All items shall be delivered to the U.S. EPA, 109 TW Alexander Dr., RTP, NC 2771 no later than 120 days after award. FOB point shall be destination. The following clauses apply to this request for quote: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items, and the specific evaluation criteria is as follows: (1) Technical acceptability of the item offered to meet the Government's requirement and (2) Technical acceptability shall be evaluated on a pass or fail basis. Offers shall provide descriptive technical literature in sufficient detail to demonstrate that the items offered meet the minimum requirements specified above; FAR 52.212-3, Offeror Representations & Certifications- Commercial Items, shall be completed by offeror and submitted with quote, unless the offeror's registered with CCR; FAR 52.212-4, Contract terms & Conditions- Commercial Items; FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items. FAR 52-225-1, Buy American Act-Balance of Payments Program-Supplies; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; all clauses can be found at: http://farsite.hill.af.mil/VFFARA.HTM. Offers shall submit 1 copy of their quotation that references RFQ-OH-05-00142, no later than Friday July 22, 2005 at 3:00 PM (EST) to Scott A. Fogle, at fogle.scott@epa.gov or via fax at 513 487-2107. Questions or comments may also be directed to Scott A. Fogle, at 513 487-2049, or at fogle.scott@epa.gov.
- Record
- SN00843243-W 20050709/050707212515 (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 |