|
COMMERCE BUSINESS DAILY ISSUE OF MAY 30,2000 PSA#2610U. S. Environmental Protection Agency, Contracts Management Division
(MD-33), Attn: ORDSC, Research Triangle Park, NC 27711 66 -- ACQUISITION OF A SUBMERSIBLE FAST REPITITION RATE FLUOROMETER
SOL RFQ-RT-00-00329 DUE 060900 POC Kathryn Peele, Contract Specialist,
(919) 541-3083 WEB: Click here to obtain the RFQ and clauses related
to, http://www.epa.gov/oam/rtp_cmd. E-MAIL: Click here to contact the
Contract Specialist via, peele.kathryn@epa.gov. THIS IS A COMBINED
SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH
THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDTIONAL INFORMATION
INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY
SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION
WILL NOT BE SOLICITED. The solicitation number is RFQ-RT-00-00329 and
the solicitation is being issued as a Request for Quotation (RFQ). The
solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 97-17. The
associated Standard Industrial Code is 3826 which has a size standard
of 500 employees to qualify as a small business. This procurement is
for acquisition of a submersible fast repetition rate fluorometer. This
system is needed for use in the Harmful Algal Blooms Team in
conjunction with an Interagency Agreement with the Office of Naval
Research through the National Ocean Partnership Program. The system
will be integrated into the Ocean Response Coastal Analysis System, a
system of ship-deployed and autonomous moored bottom-up profilers for
real-time monitoring of multiple biological, physical, chemical and
optical parameters with the ocean, in 3-D space and time. The system is
needed to accurately quantify phytoplankton physiological parameters
and photosynthetic rates in situ with the same spatial and temporal
resolution as other profiled physical, bio-optical, and chemical
parameters. Specifically, the system is needed to obtain in situ,
real-time quantitative information on the dynamics of fluorescence
yield parameters, including quantum yields, absorption cross-sections,
electron transport kinetics, and fluorescence quenching parameters.
The system will be deployed from a research vessel for use underwater,
operating continuously or in profiling mode. Due to these uses the
system must be of a size reasonable for transport on and deployment
from research vessels ranging in length from 15 to 160 feet. The system
must be "Brand Name or Equal" (see FAR52.211-6) to the following line
items/part numbers provided by Environmental Sensors, Inc., 4243
Glanford Avenue, Suite 100, Victoria, BC., Canada V8Z 4B9, AK
(800-799-0324): CLIN 001: Fastracka Submersible Fluorometer,
U-FRRF6500; CLIN 002: Pressure transducer (0-200 dbar), U-FRRF650-PS;
CLIN 003: FRRF Flow Through Chamber, U-FRRF6500-FC; and CLIN 004: Spare
dark chamber (including pipe fittings), U-FRRF6500-DC. Award will be
made on an "All or None Basis". The salient characteristics of the
system are as follows. (1) The system must be submersible to 500 m
depth, made of non-corrosive material, and come with hardware for
attachment to a cable; (2) The system must be capable of generating a
rapid series of high frequency (200 kHz minimum) actinic flashes; (3)
The system must be capable of digital acquisition of the excitation
flashes and resulting stimulated variable fluorescence; (4) The system
must have a cosine irradiance sensor to measure photosynthetically
active radiation between 400 to 700 nm; (5) The system must have a
minimum of 20 MB internal data storage capability; (6) The system must
have a removable, rechargable battery pack supplying a minimum of 650
mA @ 1 Hz FSRR @ 14V, as well as capabilities for accepting external
power with a voltage range of 13.5 to 72VDC; (7) The system must have
an optical head with two sample chambers for simultaneous measurement
under ambient light and in the dark, and an attachment for flow-through
operation; (8) The system must be standard instrumentation which is
used by others in the scientific community for the same application.
Use of the same instrument ensures that our measurement will be
comparable to other studies -- this is very important when work is
submitted for publication in peer-reviewed journals; (9) The system
must interface with a standard PC and provide software which allows for
instrument diagnostic performance evaluation, for programming routine
experimental protocols, and for calculating variable fluorescence
yield, the absorption cross section of photosystem II, the kinetics of
photosynthetic electron transport, and fluorescence quenching
parameters. Furthermore, the system must have data communications
capabilities using RS422; and (10) The system must have a weight in air
of less than 90 lbs with the battery pack. All of the above
specifications/line items must be met. Prototypes or untested units or
sensors will not be considered. The system must be compliant with EPA
Electrical Approval Requirements, contained within the RFQ posted at
the website listed below. Offerors must provide a list of previous
client names and contact numbers for references and also provide
references in the scientific literature of the successful use of their
fluorometer and its acceptance in scientific discourse. Prototypes or
untested units or sensors will not be considered. Award will be made
to the lowest priced offer meeting all of the technical requirements.
DELIVERY IS REQUIRED BY JUNE 30, 2000, FOB DESTINATION." All offerors
are to include with their offers a completed copy of provision
52.212-3, Offeror Representations and Certifications-Commercial Items.
The following FAR clauses apply to this acquisition: 52.211-6, "Brand
Name or Equal", 52.212-1, "Evaluation-Instructions to
Offerors-Commercial Item; 52.212-2, "Evaluation-Commercial Item". ;
52.212-4, Contract Terms and Conditions-Commercial Items. The following
additional FAR clauses which are cited in clauses 52.212-5 are
applicable to the acquisition: 52.203-6, Restrictions on Subcontractor
Sales to the Government, with Alternate I; 52.203-10, Price or Fee
Adjustment for Illegal or Improper Activity; 52.219-14, Limitation on
Subcontracting; 52.222-26, Equal Opportunity, 52.222-35, Affirmative
Action for Special Disabled and Vietnam Era Veterans; 52.222-36
Affirmative Action for Handicapped Workers; 52.222-37, Employment
Reports on Special Disabled Veterans and Veterans of the Vietnam Era;
52.222-41. Representations and Certifications shall be included with
the price proposal. Please submit three copies of the complete proposal
to Kathryn Peele, Contract Specialist, U.S. Environmental Protection
Agency, MD-33, Research Triangle Park, NC 27711. Courier Delivery
Address is: U.S. Environmental Protection Agency, Receptionist,
Administration Bldg. Lobby, Attn: Kathryn Peele, 79 T.W. Alexander
Drive, Research Triangle Park, NC 27709. All offers are due by June 9,
2000, 3:30 p.m. ET. No telephonic or faxed requests or offers will be
honored. The referenced RFQ and clauses can be found on the Internet
at http://www.epa.gov/oam/rtp_cmd. Posted 05/25/00 (W-SN458855).
(0146) Loren Data Corp. http://www.ld.com (SYN# 0288 20000530\66-0002.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|