Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2012 FBO #3805
SOURCES SOUGHT

66 -- Greenhouse Gas Analyzer

Notice Date
4/23/2012
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
CPODUS Environmental Protection Agency26 West Martin Luther King DriveMail Code: NWDCincinnatiOH45268USA
 
ZIP Code
00000
 
Solicitation Number
SOL-CI-12-00046
 
Response Due
5/8/2012
 
Archive Date
6/7/2012
 
Point of Contact
Lisa Ryle
 
E-Mail Address
Contract Specialist
(Ryle.Lisa@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
NAICS Code: 334516 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisition Regulation 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 is being issued as a Request for Quote (RFQ) and is designated as full and open competition. The U.S. Environmental Protection Agency (EPA), Water Supply and Water Resources Division, under the Simplified Acquisition Procedures (SAP), of the Federal Acquisition Regulations (FAR) Part 13.1, on a firm-fixed price basis, intends to procure the following item: (1) Specifications for a Gas Chromatograph. The US-EPA-ORD-NRMRL-WSWRD-UWMB is requesting proposals for a Gas Chromatograph equipped with an electron capture detector, thermal conductivity detector, flame ionization detector, autosampler, and necessary plumbing to measure nitrous oxide, carbon dioxide, methane, oxygen, dinitrogen, sulfur hexafluoride, and propane in gas samples. Minimum Requirements: The instrument must be configured to separate oxygen from argon and must also be capable of shielding the detectors from contaminates in the sample matrix (e.g., acetylene, water vapor). Sample matrix A will contain nitrous oxide, carbon dioxide, methane, oxygen, dinitrogen, sulfur hexafluoride, acetylene, and water vapor. Acetylene and water vapor must be backflushed out of the system to protect the detectors. This sample matrix will not contain propane, therefore the backflushing protocol does not need to preserve the propane peak. Sample matrix B will contain nitrous oxide, carbon dioxide, methane, oxygen, dinitrogen, sulfur hexafluoride, propane, and water vapor. Water vapor will need to be backflushed from the system, but this sample matrix will not contain acetylene. Detection limitsThe instrument must meet the following detection limits.Gas RequestedMethane 50 ppbNitrous oxide 50 ppbCarbon dioxide 100 ppmOxygen 100 ppmDinitrogen 100 ppmSulfur hexafluoride 1 ppbPropane 100 ppb Autosampler-The instrument must be equipped with an autosampler that can accommodate a minimum of 250 samples.-The sample trays must be equipped with caps to retain the vials in the sample tray during sampling.-The autosampler must accommodate flat bottomed glass vials with a 12.5mm diameter and 105mm height (Labco limited, PN 838W).-The autosampler must accommodate flat bottomed glass vials with a 12.5mm diameter and 45mm height (Labco limited, PN 838W).-The sample trays must not be held above any heated zone on the GC.-The autosampler must be equipped with separate auxiliary ports plumbed to 3 analytical standards and 1 carrier gas. The autosampler must be capable of withdrawing specified volumes of any gas from the ports and injecting them into vials contained in the sample tray. The table below is an example of the volumes that will be transferred to the vials.VialStandard Carrier gas volume (mL) volume (mL)120 0215 5310 1045 1552 1861 19 -The autosampler must be capable of withdrawing gas from any of the auxiliary ports, then injecting this gas into the GC during a run.-The autosampler must accept a 5mL sampling syringe.-During installation, vendor must develop customized sampling programs to support the automated creation of standards as described above.-The autosampler must be configured to minimize the volume of sample required to flush the injector body, sample loop, etc. This volume must not exceed 5 mL.-The autosampler must be capable of flushing the sample syringe with carrier gas between samples.Gas Chromatograph-The instrument must be equipped with electronic valving and flow controls.-The instrument must be capable of separating O2 and Argon, but run times cannot exceed 6 minutes per sample. Cryogenic separation is the preferred method.-The system must be a `turn key? kit including computer, keyboard, monitor, software, gas filters, and necessary hardware (e.g., copper lines, swage-lok fittings, etc).-All methods, including multi-level calibration procedures on autosampler, must be developed and tested by the vendor prior to instrument delivery. The vendor must provide a portfolio detailing the instrument hardware, configuration, and methods. The portfolio must also include sample chromatograms for all gases of interest (see above).-The vendor must install the instrument and provide up to 5 days of on-site training.-The vendor must provide up to an additional 1 day of on-site training approximately 3 weeks following installation.-Any sample loops must be located in an independent heating zone that is easily accessible.-Sample introduction hardware, including injector body and sample loops, must be flushed with helium between samples to minimize sample carry over. -Instrument must be configured such that all analytes of interest in sample matrices A and B (see above) can be quantified in a single injection.-The GC must be designed to minimize the sample volume required to completely flush the sample introduction hardware including the injector body, transfer lines, and sample loops. The required sample volume cannot exceed 5mL.-The system must include a 2-year service plan which covers both the GC and autosampler, in addition to the standard 1-year warranty. The service plan must include priority response, unlimited on-site repair visits, no cost replacement parts for repairs, no cost consumables and supplies required for repair, annual on-site preventive maintenance visit, and hardware and software telephone support. A copy of the SOW (Adobe Acrobat pdf) will be emailed to offerors who request a copy from the POC (ryle.lisa@epa.gov). TECHNICAL EVALUATION CRITERIA The Government will award a Fixed Price contractual vehicle resulting from this RFQ to the responsible offeror whose quote conforms to the minimum specifications and is most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate an offerors quote: demonstrated qualifications, past performance, and price. This requirement will be evaluated on a Best Value basis. Offerors shall provide information to demonstrate/substantiate that its quote meets the requirements outlined in the minimum specifications. Offerors shall provide: 1. DEMONSTRATED QUALIFICATIONS: Offeror shall provide a detailed documentation outlining the technical capabilities of the instrument and software in accordance with the minimum specifications. 2. PAST PERFORMANCE: Provide demonstrated performance during the last three years on contracts/purchase orders which are similar to this requirement. The Government will consider the following areas under past performance: (1) quality of products or service, (2) timeliness of delivery, and (3) business relations. The offeror shall provide reference information for at least three customers utilizing this particular instrumentation. The name, phone number, and e-mail address for the customer's primary point of contact shall be provided. PRICE: Provide a firm-fixed price quote in accordance with the attached specifications..The following provisions of FAR apply: (The full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far) 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (complete Online Representations and Certifications Application (ORCA)http://orca.bpn.gov), and FAR 52.212-4 Contract Terms and Conditions - Commercial Items, apply to this acquisition. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under FAR 52.215-5 paragraph (b), the following additional clauses apply to this acquisition: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-1, Buy American Act--Balance of Payments Program - Supplies; and FAR 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration. Any firm that believes it is capable of meeting EPA's requirement stated herein may submit a quote, which if received by the response date of this announcement will be considered. Responses to this solicitation must be in writing. The quote shall include a breakdown of the total price. Delivery of the instrument will be within 90 days of award of the contract. Shipping will be to: US EPA, attention Jake Beaulieu, 26 West Martin Luther King Drive, Mail Code 689, Cincinnati, OH 45268. Quotes are due 16:00 PM, EDT, May 8, 2012. Submit quote via email to: ryle.lisa@epa.gov and beaulieu.jake@epa.gov with subject line: "Greenhouse Gas Analyzer, SOL-CI-12-00046". Written requests for information will be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/SOL-CI-12-00046/listing.html)
 
Record
SN02728417-W 20120425/120423234623-039e26a8f506cc0c1049ceb6eb2f0cd4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.