SOLICITATION NOTICE
66 -- CONSTANT VOLUME DILUTION SAMPLING SYSTEM-CE#14
- Notice Date
- 5/20/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Contracts Management Division 26 W. Martin Luther King Drive Cincinnati, OH 45268
- ZIP Code
- 45268
- Solicitation Number
- PR-CI-03-10619
- Response Due
- 6/9/2003
- Archive Date
- 7/9/2003
- Point of Contact
- JOSHUA M. BOWERS, Contract Specialist, Phone: 513-487-2104, E-Mail: bowers.joshua@epa.gov
- E-Mail Address
-
Email your questions to JOSHUA M. BOWERS
(bowers.joshua@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 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number PR-CI-03-10619 is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-07. This acquisition is processed using full and open competition. The NAICS code is 334516. Constant Volume Dilution Sampling System Specification The contractor shall provide a complete constant volume dilution system which will include air HEPA filters, a blower, an 18-inch stainless steel tunnel, and an integrated gas sampling system consisting of analyzers capable of measuring CO, CO2, HC, NO and NOx. 1- Constant volume dilution system with HEPA filters, tunnel and blower compliant with CFR part 86.1310-2007 heavy duty diesel engine regulations, with a complete secondary dilution system also compliant with CFR part 86.1310-2007 regulations, with 47mm filter holders with backup filter capability. 2- The system must have a minimum flow capability of 700 cfm and a maximum flow of 7,000 cfm infinitely variable from700 to 7,000 cfm 3- 18 inch stainless steel tunnel with heated probe and integrated gas sampling system to do real time, time integrated and bag samples of HC-CO-CO2- NOx-NO. 4- Fan or blower motor 480 volt 3 phase 5- Drawings, diagrams and documentation required for all system components. 6- Must be UL or CSA listed as a complete unit. Integrated gas sampling system 7- Integrated gas sampling system to do real time, integrated gas and bag samples of HC-CO-CO2-NOx-NO from heavy duty diesels, compliant with CFR part 86.1310-2007 heavy duty diesel regulations. 8- 110 volt single phase 9- Analyzer ranges: CO low 0-10-200 ppm CO hi 0-50-2500 ppm CO2 0-0.5-20 % HFID 0-1-50 ppmc 0-10-500 ppmc NOx 0-10-500 0-1k-10k NO 0-10-500 0-1k-10k 10-All analyzers accuracy are to be 2% or better of reading from 10 to 100 % of scale. 11- 2 % or less drift in 24 hours. 12- NOx and NO are to be simultaneous readings-- not switched 13- CO and CO2 must be NDIR 14- NO and NOx must be chemiluminescent 15- HC analyzer must be heated flame ionization detector. Warranty Requirement - one year Documentation Requirement - The contractor shall provide documentation sufficient for the user to understand how to properly operate and maintain system. Electrical Certification Requirements - The system shall be listed and labeled by a third party listing agency approved by the North Carolina Building Code Council. Additional Specification - Prior to shipping unlisted equipment to the EPA, a field inspection shall be performed by an approved third party accredited by the NCBCC to label electrical and mechanical equipment. (A list of approved third parties will be made available to the awarded vendor.) The field inspection shall be performed at the manufacturer's place of business and shall be included in the vendors quotation. If the equipment fails the field inspection, the vendor shall make necessary changes to meet the listing agency's approval. Documentation: sufficient documentation to allow the user to understand how to properly operate and maintain the equipment All Items shall be delivered to the U.S. EPA Shipping and Receiving, Page Road and I-40, Research Triangle Park, NC, 27711 no later than eight weeks after contract award. F.O.B. point shall be destination. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is applicable and the specific evaluation criteria are as follows: (1)Technical acceptablility of the item offered to meet the Government's requirement and (2) price. Technical acceptability shall be evaluated on a pass or fail basis. Offers shall provide descriptive techncial literature in sufficient detail to demonstrate that the items offered meet the minimum requirements specified above. Of ferors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. This clause may be found on the Internet at the following site: http://www.arnet.gov/far/. Clause FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies 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 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Affirmative Action for 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; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-15, Sanctioned European Union Country End Products; and FAR 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration. Offerors shall submit 2 copies of their quotations no later than Monday, June 9, 2003 at 9:00 AM EST to Mr. Joshua M. Bowers as follows: via regular mail: U.S. EPA, Cincinnati Procurement Operations Division, 26 West Martin Luther King Drive, Cincinnati, OH 45268, or via Express Mail/Hand Carry: U.S. EPA, 4411 Montgomery Road, Suite 300, Norwood, OH 45212. Faxed quotations are acceptable and may be sent to (513)487-2109. Quotations may sent electronically via e-mail to bowers.joshua@epa.gov. Questions or comments may be directed to Joshua Bowers at (513-487-2144) or via e-mail at bowers.joshua@epa.gov.
- Web Link
-
The Environmental Protection Agency
(http://www.epa.gov/oam/solicit)
- Record
- SN00329057-W 20030522/030520214844 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |