SOLICITATION NOTICE
66 -- Air Monitoring Instrument
- Notice Date
- 6/28/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Region 4US Environmental Protection AgencyAtlanta Federal Center61 Forsyth Street, SWAtlantaGA30303-3104USA
- ZIP Code
- 00000
- Solicitation Number
- PR-R4-12-00398
- Response Due
- 7/19/2012
- Archive Date
- 8/18/2012
- Point of Contact
- Sharyn Erickson
- E-Mail Address
-
Contracting Officer
(erckson.sharyn@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 FAR Subpart 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation to be issued for proposals and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation is issued as a Commercial Solicitation using Simplified Acquisition Procedures found in FAR Part 13. The NAICS code is 339111. The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose offer best conforms to the specification, meets the Government's delivery schedule and is the most cost effective in accordance with the Evaluation Criteria below. This solicitation document and incorporated provisions and clauses are those that are in effect through the latest Federal Acquisition Circular. The contractor shall provide an Air Monitoring Insturment, FOB Destination to: Reg. 4 SESD, Attn. Greg Noah, 980 College Station Rd., Athens, Ga. 30605, in accordance with the following specifications. Unless otherwise specified in the purchase order/contract, the supplier is responsible for the performance of all inspection requirements and quality control. It is also the contractor's responsibility to be familiar with applicable clauses and provisions. Award shall be based on the lowest price technically acceptable quotation. The provision at FAR 52.212 1 Instructions to Offerors, Commercial Items, applies to this acquisition. Offerors are reminded to include a completed copy of the provision at FAR 52.212 3 Offeror Representations and Certifications, Commercial Items with the offer, which can be accessed at http://www.arnet.far.gov, and the new EPA Certification EPA-2012-5 Representation By Corporations Regarding a Felony Conviction Under Federal Law or Unpaid Federal Tax Liability (Apr. 2012), for inclusion of clause EPA-2012-10-Unpaid Federal Tax Liability & Felony Criminal Violation Certification (Apr. 2012) (see EPA website for copies). The successful offeror mus t be registered in the Central Contractor Registration (CCR) database to be considered for award. The CCR database may be accessed at www.ccr.gov. Clause 52.212 4 Contract Terms and Conditions Commercial Items and Clause 52.212 5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items are hereby incorporated by reference. The Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being applicable to acquisitions of commercial items or components: 1) 52.219 8 Utilization of Small Business Concerns; 2) 52.219 14 Limitations on Subcontracting; 3) 52.219 25 Small Disadvantaged Business Participation Program; 4) 52.222 3 Convict Labor; 5) 52.222 21 Prohibition of Segregated Facilities; 6) 52.222 22 Previous Contracts and Compliance Reports; 7) 52.222 25 Affirmative Action Compliance; 8) 52.222 26 Equal Opportunity; 9) 52.222 35 Equal Opportunity for Special Disabled Veterans, Veterans of t he Vietnam Era and Other Eligible Veterans; 10) 52.222 36 Affirmative Action for Workers with Disabilities; 11) 52.222 37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 12) 52.225 15 Restrictions on Certain Foreign Purchases; 13) 52.232 33 Payment by Electronic Funds Transfer Central Contractor Registration; 14) 52.252 2 Clauses Incorporated by Reference; 15) 52-222-19, Child Labor?Cooperation with Authorities and Remedies; 16) 52.222-21, Prohibition of Segregated Facilities; and, 17) 52.252 6 Authorized Deviation in Clauses, available at http://www.arnet.far.gov. All offers are due 21 days after publication of this notice. Offers may be mailed to Sharyn Erickson, Contracting Officer, EPA Region 4, Acquisition Management Section, 61 Forsyth St., SW, Atlanta, GA 30303; e mailed to erickson.sharyn@epa.gov or faxed to 404/562 8210. It is the offeror's responsibility to ensure receipt of faxes or e mail quotes. Qu otes shall include 1) a schedule (list) of offered items to include unit and total price in accordance with the SOW schedule of items, (which includes shipping charges, if applicable), delivery time, 2) completed Representations and Certifications (FAR 52.212 3), and DUNS number. NOTE: Offerors not submitting sufficient information may be eliminated from competition. Questions concerning this acquisition shall be submitted in writing and e mailed to erickson.sharyn@epa.gov. All answers will be provided via an amendment to the solicitation. No paper copies of the Request for Quotes will be provided. Telephonic questions will not be answered and collect calls will not be accepted. SPECIFICATIONS 1. ULTRA-SENSITIVE UV FLUORESCENCE SO2 ANALYZER General Accepted by EPA as an automated equivalent method for SO2 measurement Ranges: Min: 0-5 ppb Full scale Max: 0-20,000 ppb Full scale (selectable, dual ranges and auto ranging supported) Measurement Units: ppb, ppm, μg/m3, mg/m3 (selectable) Zero Noise: < 25 ppt (RMS) Span Noise: < 0.5% of reading (RMS) above 5 ppb Lower Detectable Limit: < 50 ppt Zero Drift: < 0.2 ppb/24 hours Span Drift: < 0.5% of full scale/24 hours Lag Time: < 30 seconds Rise and Fall Time: < 140 seconds to 95% Linearity: < or = 1% of full scale Precision: < or = 0.5% of reading Sample Flow Rate: no more than 700 cm3/min ?10% (to allow for use in NPAP audit vehicle where delivery flow is restricted) Minimum Electrical Specifications Power Requirements: 100V-120V, 50/60 Hz Analog Output Ranges: 10V, 5V, 1V, 0.1V (selectable) Minimum Built in Communication Specification Capabilities I/O: Ethernet: 10/100Base-T RS232 (300-115,200 baud) USB device ports Opto-isolated digital inputs Analog outputs I/O: USB com port Physical Specifications Operating Temperature Range: 5 - 40?C (with EPA Equivalency) Must be 17? wide to allow for rack mounting in 17? (front) rack 2. ULTRA-SENSITIVE CHEMILUMINESCENCE NO/NO2/NOX ANALYZER General Accepted by EPA as an automated equivalent method for NO2 measurement Ranges: Min: 0-5 ppb Full scale Max: 0-2,000 ppb Full scale (selectable, independent NO, NO2, NOx ranges and auto ranging supported) Measurement Units: ppb, μg/m3 (selectable) Zero Noise: < 25 ppt (RMS) Span Noise: < 0.5% of reading (RMS) above 5 ppb Lower Detectable Limit: < 50 ppt Zero Drift: < 0.1 ppb/24 hours Span Drift: < 0.5% of reading/24 hours Lag Time: < 20 seconds Rise and Fall Time: < 50 seconds to 95% Linearity: < or = 1% of full scale Precision: < or = 0.5% of reading above 5 ppb Sample Flow Rate: no more than 1100 cm3/min ?10% (to allow for use in NPAP audit vehicle where delivery flow is restricted) Electrical Specifications Power Requirements: 100V-120V, 50/60 Hz Analog Output Ranges: 10V, 5V, 1V, 0.1V (selectable) Minimum Built in Communication Specification Capabilities Ethernet: 10/100Base-T RS232 (300-115,200 baud) USB device ports Opto-isolated digital outputs Analog outputs I/O: USB com port Physical Specifications Operating Temperature Range: 5 - 40?C (with EPA Equivalency) Must be 17? wide to allow for rack mounting in 17? (front) rack 3. UV ABSORPTION O3 ANALYZER General Accepted by EPA as an automated equivalent method for O3 measurement Ranges: Min: 0-100 ppb Full scale Max: 0-10 ppm Full scale (selectable, dual ranges and auto ranging supported) Measurement Units: ppb, ppm, μg/m3, mg/m3 (selectable) Zero Noise: < 0.3 ppb (RMS) Span Noise: < 0.5% of reading (RMS) above 100 ppb Lower Detectable Limit: < 0.6 ppb Zero Drift: < 1.0 ppb/24 hours Span Drift: < 1% of reading/24 hours Lag Time: < 10 seconds Rise and Fall Time: < 20 seconds to 95% Linearity: < or = 1% of full scale Precision: < or = 0.5% of reading above 100 ppb Sample Flow Rate: No more than 800 cm3/min ?10% (to allow for use in NPAP audit vehicle where delivery flow is restricted) IZS Specifications Maximum Concentration: 1.0 ppm Minimum Concentration: 0.050 ppm Resolution: 0.5 ppb Repeatability (7 days): 1% of reading Initial accuracy: ? 5% of target Electrical Specifications Power Requirements: 100V-120V, 50/60 Hz Analog Output Ranges: 10V, 5V, 1V, 0.1V (selectable) Communication Specifications I/O: Ethernet: 10/100Base-T RS232 (300-115,200 baud) USB device ports Opto-isolated digital outputs Analog outputs I/O: USB com port Physical Specifications Operating Temperature Range: 5 - 40?C (with EPA Equivalency) Must be 17? wide to allow for rack mounting in 17? (front) rack 4. HIGH PERFORMANCE ZERO AIR SYSTEM General Output: 30 SLPM @ 35 psig Dewpoint: -40?C ≤ 30 LPM (typ.@60Hz) Dryer: Regenerative heatless dryer with lifetime of greater than 5 years Allowable output concentrations (maximum): SO2 < 0.025 ppb NO < 0.025 ppb NO2 < 0.025 ppb O3 < 0.3 ppb CO < 10 ppb Hydrocarbons < 0.25 ppb Pump Internal oil-less piston pump Power Requirements 100V 50/60 Hz, 115V 60 Hz, 50/60 Hz, 400 Watts
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegIV/PR-R4-12-00398/listing.html)
- Place of Performance
- Address: R4 SESD980 College Station RdAthensGA30605US
- Zip Code: 30605
- Zip Code: 30605
- Record
- SN02789265-W 20120630/120628235541-4daa1b09914e4fdcaf639917db879e54 (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 |