SOLICITATION NOTICE
66 -- Gas Concentration Analyzer System - UV Detector
- Notice Date
- 11/23/2011
- 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-12-0003
- Response Due
- 12/7/2011
- Archive Date
- 1/6/2012
- Point of Contact
- Fisher, Trina 202-564-1789, Fisher.Trina@epa.gov ; Fisher, Trina 202-564-1789, Fisher.Trina@epa.gov
- E-Mail Address
-
Fisher, Trina
(Fisher.Trina@epa.gov)
- Small Business Set-Aside
- N/A
- 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 05-54. 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 NOT 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 (UV detector) in accordance with the attached specifications. This instrument, a field portable ultraviolet (UV) detector, will form the second part of an enhanced, mobile, monitoring system for use in support of enforcement and potentially, assessment applications. The UV gas concentration analyzer emission quantification system required by NEIC must have the following features: 1.Simultaneous measurement of benzene, ethyl benzene, toluene and all three isomers of xylene.2.High detection sensitivity: This refers to the ability of the instrument to measure concentrations of compounds at low levels, specifically, 5 parts per billion by volume of (ppbv) benzene in air (time integration of one minute). This requires a high resolution spectrometer (e.g. http://www.oceanoptics.com/products/hr2000.asp or better) to separate spectrally interfering compounds, coupled with a suitable UV light source and a well-designed, long-path, UV multi-pass absorption cell (path length likely >16m) to provide linear absorption distance required for low detection limits. The offeror shall describe how they calculate minimum measureable quantities and provide proof of performance. 3.The instrument package must be rack mountable in a standard 19 inch instrument rack. The instrument package must have a small form-factor so that it can be installed in an instrument rack inside of the mobile unit. The physical dimensions of the UV spectrometer must be significantly less than 1m x 0.25m x 0.25 m and weigh less than 30 kg. Inside of the instrument is a multi pass absorption cell which should be as small as possible for reasons discussed below. The physical size of a multi-pass absorption cell is inversely related to the number of ?passes? (internal reflections). For example, an 18 m optical cell could be nearly 9 m in length size if it has only two passes, or 0.5 m in size with 36 passes. A small form factor for the UV spectrometer means that the UV optical cell must also have a small form factor and have many passes so that a long path length can fit inside of the rack-mountable package. The optical cell design is a critical factor for the envisioned mobil e unit. The optical cell needs to have a robust mechanical design, high reflectivity mirror coatings, and a well-collimated source.4.The instrument must be insensitive to mechanical vibration that is experienced in the mobile application. Again this comes down to the quality of the optical cell design and its ability to maintain alignment. The optical cell and the way it couples to the source and spectrometer must be specially designed to be resistant top vibration effects. Physically smaller packages (and more compact optical cells) have less mechanical vibration coupling modes so this is an advantage in vibration isolation. It is also easier for EPA ORD engineers to design and implement secondary vibration isolation systems on smaller instrument packages.5.The instrument must be capable of > 2 Hz time-resolution data output rates. The instrument must be capable of > 2 Hz time-resolution which includes a fast data output rate of the spectrometer (minimum 2 Hz) and sufficiently fast air movement through the cell. For the latter, the external blower systems to be developed by EPA ORD must be capable of moving air through the cell fast enough to clear the cell in subsection time periods. This means the smaller and more compact the optical cell volume, the easier it will be to obtain the required time resolution. Additionally, using lower flow through rates will improve the detection capability of the unit since air turbulence and air-induced vibration found when using fast flow rates degrades measurement sensitivity. The air pumping system that ORD will use to ensure >2 Hz response rate will work for a 2 litter cell volume. If the optical cell volume is significantly greater than 2 L, the overall response time of the system will not be acceptable.6.The optical cell volume (air exchanged region) must be less than 2 liters. This is to allow sufficiently fast air movement through the cell to achieve the system time-resolution of >2 Hz with EPA supplied pumps. 7.The User must be able to selectively save spectral files for QA purposes.8.Supporting software, ethernet connection, and ability to write files to a USB drive9.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)52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran ? Representation and Certification52.232-33 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 November 30, 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 December 7, 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-12-0003/listing.html)
- Record
- SN02628745-W 20111125/111123234513-b0e1aa882d6987c7b331263015e4e510 (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 |