Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 30,2000 PSA#2610

U. 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