SOLICITATION NOTICE
66 -- Greenhouse Gas Analyzer
- Notice Date
- 9/12/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- NB686020-15-04399
- Archive Date
- 9/30/2015
- Point of Contact
- Angela L. Hitt, Phone: 3034977305
- E-Mail Address
-
angela.hitt@nist.gov
(angela.hitt@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This 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; proposals are being requested and a written solicitation will not be issued. This solicitation, NB686020-15-04399, is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 500 employees. This is a Brand Name or Equal, total small business set-aside. It is being issued using the simplified acquisition procedures under the authority of FAR 13.5 Certain Commercial Items. This combined synopsis/solicitation is for the following commercial item(s): CLIN 0001: One (1) High Quality, Real-Time Greenhouse Gas Analyzer designed for measurements of CO2/CH4/H2O such as a Picarro G2301 CRDS system or equivalent. Description of requirements for the items to be acquired: National Institute of Standard and Technology's (NIST) Quantum Electronics and Photonics Division (Div 686) mission is to provide industry, and its suppliers and customers, with comprehensive and technically advanced measurement capabilities and standards, as well as traceability to those standards. A NIST funded initiative research program on "Advanced Metrology for Greenhouse Gas Monitoring" has major measurement challenges in the development and validation of Differential Absorption LIDAR (DIAL) system to monitor and quantify the 3D concentration profiles and flux of the greenhouse gases, CO2 and CH4. A high quality, real-time greenhouse gas analyzer designed for measurements of carbon dioxide (CO2), methane (CH4), and water (H2O) is needed to benchmark our DIAL measurements to a point source measurement for acceptance in the climate change and environmental sensing communities. The Contractor shall provide One (1) High Quality, Real-Time Greenhouse Gas Analyzer designed for measurements of CO2/CH4/H2O such as a Picarro G2301 CRDS system or equivalent that meets the following minimum technical requirements. The Contractor shall deliver the instrument, as described below. TECHNICAL SPECIFICATIONS: • The analyzer must measure ambient concentrations of CO2, CH4, and H2O at the same time. • The analyzer is required to have guaranteed, tested, certified, and quoted drift and precision specifications over 24 hrs / 1 month and 5-seconds / 5-minutes of continuous operation for concentration of CO2, CH4, and H2O, as described in the table below: CH4 CO2 H2O Maximum drift, no calibration (over 24 hours / 1 month) 1 ppb / 3 ppb 120 ppb / 500 ppb 100 ppm +/- 5 % of reading Precision (5-sec / 5-min, 1 sigma) 0.5 ppb / 0.22 ppb <70 ppb / 25 ppb 80 ppm / 30 ppm • The analyzer must provide automatic calculation of the dry mole fraction concentration of CH4 and CO2. • The analyzer and associated vacuum pump weight must be less than 26 Kg • The analyzer and associated vacuum pump must only require 110 V, 60 Hz power. • The analyzer must operate using a high precision, low drift technique commonly known as Cavity Ring-down Spectroscopy (CRDS). • There must be no laser light injected into the cavity during data acquisition as this would add significant noise to the ring down signal. • The analyzer must have quoted cavity temperature stability specification at +/- 0.005 °C and quoted cavity pressure stability specification at +/- 0.0002 atm of atmospheric pressure. • The analyzer is required to have a wavelength monitor, to control the wavelength of the laser to within 2 MHz for the highest precision and lowest drift performance. • The analyzer must not require any regular optical maintenance such as mirror cleaning • The analyzer must be operable with normal ambient concentrations of water vapor. Special filtering cannot be required. • The rise/fall time (response time) of the analyzer to go from 10-90% / 90-10% of a signal must be < 3 seconds. • Digitization speed of the ring-down analog to digital converter must be at least 25 MHz. • The analyzer is required to have capability for 4 separate laser sources, potentially providing future extendibility for additional applications. • The analyzer must be contained in a single, compact box and must not exceed the dimensions 45" w x 18" h x 45". • The software programming language must be commercially available, flexible, object oriented and platform independent. • The operation software must report real time data in multiple charts and be developed for the Windows 7 environment. • The software must include automated water vapor correction (corrected for dilution, spectroscopic broadening and cross talk effects). • The analyzer must allow users the option to connect remotely to the internal Windows 7 PC and control the instrument through a standard Remote Desktop connection (The analyzer can also use the Internet connection to automatically synchronize with an atomic clock time service.) PACKAGING/MARKING: Special protective packaging will be necessary to prevent any damage to the laser head and electronics. ACCEPTANCE/INSPECTION: The real-time greenhouse gas analyzer will tested to see if it produces all of the specifications listed in the specifications. DELIVERY SCHEDULE: The required delivery is 6-8 weeks After Receipt of Order (ARO). This item shall be on site before November 30, 2015. FOB Destination for delivery is NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award. BASIS OF AWARD: Award shall be made to the lowest priced, technically acceptable quoter. This will be a firm fixed price purchase order to the responsible contractor submitting a quote that meets all of the requirements of this RFQ and who has the lowest price. TECHNICAL CAPABILITY: Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications. PRICE: Price shall be evaluated for reasonableness. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors shall meet the technical specifications and deliverable schedule. FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. (Quotes shall be evaluated in accordance with the criteria shown above). The quoter must have completed the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Reps and certs must be uploaded to the System for Award Management at www.sam.gov. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside 52.219-13, Notice of Set-Aside of Orders 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation With Authorities And Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-1, Buy American-Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): at http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm FAR 52.211-6, Brand Name or Equal FAR 52.225-18 - Place of Manufacture FAR 52.232-15, Progress Payments Not Included CAR 1352.213-70, Evaluation Utilizing Simplified Acquisition Procedures CAR 1352.215-70, Proposal Preparation CAR 1352.233-70, Agency Protests CAR 1352.233-71, GAO and Court of Federal Claims Protests FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. FAR 52.247-34, FOB Destination CAR 1352.201-70, Contracting Officer's Authority CAR 1352.209-73, Compliance with the Laws CAR 1352.209-74, Organizational Conflict of Interest CAR 1352.246-70, Place of Acceptance (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: NIST 325 Broadway Shipping and Receiving Boulder, CO 80305 NIST LOCAL-04 BILLING INSTRUCTIONS (a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to INVOICE@NIST.GOV. (b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract. (c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to: NIST: Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621 The Contractor shall submit a Quote, to be received no later than 7 p.m. Mountain Time, Tuesday, September 15, 2015, and must include the following: Company name, address, phone numbers, DUNS number, itemized quote including all minimum specifications. Quotes shall be delivered via email to angela.hitt@nist.gov. Please direct any questions regarding this solicitation to Angela Hitt at angela.hitt@nist.gov no later than 11:00 a.m. Mountain Time, Monday, September 14, 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB686020-15-04399/listing.html)
- Place of Performance
- Address: U.S. Department of Commerce, National Institute of Standards and Technology (NIST), Acquisitions Management Division, 325 Broadway, Boulder, Colorado, 80305, United States
- Zip Code: 80305
- Zip Code: 80305
- Record
- SN03883475-W 20150914/150912233433-317a5a4b357f2407b9bfde2087d7a055 (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 |