Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2005 FBO #1395
SOLICITATION NOTICE

66 -- AMBIENT AIR ANALYZER

Notice Date
9/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC05131512Q
 
Response Due
9/27/2005
 
Archive Date
9/19/2006
 
Description
This notice 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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for: Description: UV Hound Instant Multi-Gas Analyzer Air Monitoring System or equal. (Quantity required - 1 each) The following specifications are required: 1. The system shall be capable of continuously and simultaneously measuring multiple gaseous species such as 1,3-butadiene, formaldehyde, acetaldehyde, benzene, nitric oxide, nitrogen dioxide, nitrous oxide, xylene, ozone, sulfur dioxide, toluene, and other compounds in the air at concentrations range from ppb to ppm levels based on the closed-path UV absorbance method. 2. The system shall use an integrated spectrometer optical receiver unit and shall have an optical analysis chamber. 3. The system shall be based on charged diode array technology, with a spectral band between 200-340 nanometers. 4. Resolution of the spectrometer shall be 0.06 nanometers or better. 5. The system shall draw ambient air continuously into the intake vent, passed through the optical analysis chamber, and expelled. The system shall produce traceable measurements of all the target gases in the air, instantaneously. 6. The system shall be calibrated at any time via a standard NTIS traceable sealed calibration gas cell. 7. The system shall have easily replaceable UV Deuterium Source (lamp) rated for 2000 hours or longer life. Signal strength of UV deuterium source shall be monitored and logged on the instrument controller. 8. The system shall be sealed to eliminate hazards associated with electrical shock and eye safety. 9. The system shall connect to instrument controller via standard USB port. 10. The system shall be capable of operating with 115V AC or 12 volt DC (with inverter). 11. The size of the system shall be no larger than 34 inches long x 9 inches diameter and shall weigh no more than 35 pounds. 12. The system shall be manufactured to be rugged enough to be vehicle mounted and operate in transit. 13. The system shall include a Microsoft Window-based software to control the instrument, acquire, analysis and display the data on real-time basis. Raw data is acquired and stored in ?Single Beam? format (intensity vs. wavelength). This allows for post-reprocessing of the data if it is needed. 14. The system shall include software based on Partial Least Squares (PLS) routine that can used to measure compounds that will interfere with each other. The PLS software shall be imbedded into the standard software. 15. The system shall include the quantitative reference spectral library which includes the following 21 compounds: 1,3-butadiene, acetaldehyde, acrolein, ammonia, benzene, carbon disulfide, chlorine, ethyl benzene, formaldehyde, hydrogen sulfide, isoprene, mercury, m-xylene, nitric oxide, nitrogen dioxide, o-xylene, ozone, p-xylene, sulfur dioxide, and toluene. In addition, the Spectral Library shall have the capability of adding additional compounds that are possible candidates for ambient air analysis. 16. The instrument and software shall be configured to measure and display the following 20 compounds when it is delivered to the buyer: (1) 1,3-butadiene, (2) acetaldehyde, (3) ammonia, (4) benzene, (5) formaldehyde, (6) m-xylene, (7) nitric oxide, (8) nitrogen dioxide, (9) ethyl benzene, (10) o-xylene, (11) ozone, (12) sulfur dioxide, (13) toluene, (14) carbon disulfide (15) acrolein, (16) mercury, (17) hydrogen sulfide, (18) chlorine, (19) isoprene, and (20) carbon disulfide. 17. The system shall include a standard calibration cell. The standard calibration cell shall be a 2.54 cm diameter x 0.5 cm wide ?lollipop? design clear quartz glass containing benzene and sulfur dioxide mixture. The NIST-traceable certificate shall be included with the cell. 18. The system shall include a replacement UV Deuterium Source. The UV lamp shall be a Hamamatsu model L2D2 (DUV) bulb with at least 2000 hours life. 19. The system shall include a transit case. The transit case shall be used to transport the UV Hound, power and USB interface cables, laptop computer, and lollipop cell. The transit case shall contain protective foam inserts and shall be suitable for shipping or manual transport. The transit case shall measure around 38 x 44.5 x 102 cm (WxHxL) and weight about 20 lbs. The transit shall include handles. 20. The system shall include UVS Pro software which is a modified version of the standard UV Hound operating software that includes Classical Least Squares chemometrics for resolving multiple absorbance spectra in the same wavelength region. 21. All equipment bid shall be new, of current production, and must include the manufacturer?s standard equipment and accessories. 22. Minimum Warranty period: complete coverage of system, (with the exception of the UV Deuterium Source which has a minimum life expectancy of 2000 hours), parts, labor, and against any defects in materials and workmanship for a minimum of one year from date of acceptance following the testing described in Item 18 below, when used in accordance with specifications and not subjected to physical damage or abuse. 23. Delivery time shall be on or before October 20, 2005. The provisions and clauses in the RFQ are those in effect through FAC 05-05. The NAICS Code and the small business size standard for this procurement are 333314 and 500 employees respectively. The offeror shall state in their offer their size status for this procurement. Delivery to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH, is required on or before October 20, 2005. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 4:00 pm on 9/27/2005 Eastern Daylight Time to fax number (216) 433-5489 and must include solicitation number, FOB Destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2005), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Sandra A. Brickner not later than 9/23/2005. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements: Delivery must be on or before October 20, 2005. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below. http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#117709)
 
Record
SN00898822-W 20050921/050919212532 (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 |
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.