Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2009 FBO #2651
SOLICITATION NOTICE

66 -- Chemical Free Nitrogen Optical Sensor

Notice Date
2/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Environmental Protection Agency, Office of Research and Development, NHEERL/AED Narragansett, 27 Tarzwell Drive, Narragansett, Rhode Island, 02882
 
ZIP Code
02882
 
Solicitation Number
AED-09-100
 
Archive Date
3/27/2009
 
Point of Contact
Glennis Reslock,, Phone: 401-782-3056
 
E-Mail Address
reslock.glennis@epa.gov
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: AED-09-100 Notice Type: Combined Synopsis/Solicitation NAICS Code: 334511. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERICAL 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. The solicitation number is RFQ-AED-09-100, and the solicitation is being issued as a Request for Quotation (RFQ) using FAR Part 13 Simplified Acquisition Procedures under full and open competition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-30. A firm fixed-price purchase order is anticipated to result from the award of the request for quote. The U.S. Environmental Protection Agency Atlantic Ecology Division in Narragansett, Rhode Island requires a Chemical Free Nitrate Analyzer. The purpose of this sensor is to determine in situ concentrations of nitrate and nitrite at high resolution in space and time when deployed from a coastal mooring, providing optimal data resolution for monitoring the variability of concentrations in estuaries and the coastal ocean. The instrument will be deployed in coastal ocean waters and estuaries in Long Island Sound, and other coastal waters extending North through the Gulf of Maine. The instrument shall be capable of (1) quantitative, in situ analysis and monitoring of the variability of concentrations of nitrate and nitrite in estuaries and coastal ocean waters using proven optical, reagent-free technology, (2) shall be able to operate while deployed on moorings in conjunction with contextual sensors and samples, such as CTD, DO, or discrete water samplers for the existing observing system (Long Island Sound and Southern New England) in which the sensor can be embedded, (3) Instrument shall be configured in a manner that drift can be corrected with post-processing, can resolve rapid changes in time and space and can be either moored or towed from a ship, (4) shall have a sampling rate of 0.1 Hz minimum, be sufficiently durable and robust to be able to operate for three weeks without servicing throughout a minimum of three months deployment in ocean waters, able to withstand the documented sea depth conditions for such deployment, sampling system shall be adjustable to accommodate specific deployment needs and have capacity for "adaptive analytical events" to be triggered manually or automatically, (5) data shall be stored and available for transmission, instrument shall be able to communicate with a computer-datalogger that can control the sampling interval remotely; shall be able to communicate with data telemetry systems functional in Long Island Sound and Southern New England (existing NERACOOS systems, see www.neracoos.org and LISICOR systems www.lisicos.uconn.edu) such that data may be transmitted to shore in real time or on demand, (6) hardware shall be configured for mooring and towed deployment (under marine conditions) and data transmittal and shall be designed to minimize potential loss of instrument or data under predictable conditions (7) hardware and software for radio telemetry, data storage, and data transmission shall be functional with existing NERACOOS and LISICOR data systems. Scope: The scope of this request for quote is to purchase a chemical free in-situ nitrogen optical sensor for use in field studies that performs as specified below. All software needed to run the instrument shall be supplied by the Contractor, and shall be Windows based for Microsoft XP and/or Vista) The Chemical Free Nitrogen Optical Sensor shall meet the following specifications: PERFORMANCE: -Have the capability to be deployed in waters ranging in depths from 1 to at least 800 m -Minimal operational temperature range of 0 to 38 degrees C. -Operable in salinity range of 0 to 36 ppt -Operable in coastal waters that contain dissolved organic material (CDOM) and suspended particulate material (as measured by turbidity) -Capable of continuous operation for at least 3 mo, without servicing. -Operable over the Ultraviolet spectrum range of 200-400 nm or wider - Provide real-time Nitrate output at 1.0 Hz - Accuracy of at least M. - Have calibration criteria and software for routine Quality Assurance procedures - Have the ability for drift correction with post-processing ELECTRICAL CHARACTERISTICS: - Powered by a rechargeable battery pack. -Capacity to power on/off externally - Operate in both of 2 modes: (1) log data internally and (2) transmit data to the surface real-time (via an underwater RS-232 interface) - Data storage and binary transfer via serial (RS-232) and USB communication -Sample using scheduled operations via preset and/or telemetry -Have the ability to integrate up to 3 additional serial data streams for integration with other instruments PHYSICAL CHARACTERISTICS: - Be housed in a durable external casing to protect all of the components from mechanical shock and water leakage -Be capable of deployment in each of three modes (1) moored to an existing buoy system, (2) Profiling, or (3) towed -Have physical connections capable of securing instrument to mooring and/or tow line, and for secure deployment and recovery. GENERAL: - Software required to run the instrument to be included -Software to be windows based for Microsoft XP and/or Vista -All cables to be provided that are needed to interface between sensor, battery, data storage, and computer -Operation and user manuals and/or materials included -One Year Warranty Award will be based upon best value for this requirement; technical capability and past performance are more important than price. 1. Technical Proposals shall provide sufficient detail to demonstrate the proposed product meets the below government technical requirements. A. PERFORMANCE: --Have the capability to be deployed in waters ranging in depths from 1 to at least 800 m -Minimal operational temperature range of 0 to 38 degrees C. -Operable in salinity range of 0 to 36 ppt -Operable in coastal waters that contain dissolved organic material (CDOM) and suspended particulate material (as measured by turbidity) -Capable of continuous operation for at least 3 mo, without servicing. -Operable over the Ultraviolet spectrum range of 200-400 nm or wider - Provide real-time Nitrate output at 1.0 Hz - Accuracy of at least M. - Have calibration criteria and software for routine Quality Assurance procedures - Have the ability for drift correction with post-processing B. ELECTRICAL CHARACTERISTICS: - Powered by a rechargeable battery pack. -Capacity to power on/off externally - Operate in both of 2 modes: (1) log data internally and (2) transmit data to the surface real-time (via an underwater RS-232 interface) - Data storage and binary transfer via serial (RS-232) and USB communication -Sample using scheduled operations via preset and/or telemetry -Have the ability to integrate up to 3 additional serial data streams for integration with other instruments C. PHYSICAL CHARACTERISTICS: - Be housed in a durable external casing to protect all of the components from mechanical shock and water leakage -Be capable of deployment in each of three modes (1) moored to an existing buoy system, (2) Profiling, or (3) towed -Have physical connections capable of securing instrument to mooring and/or tow line, and for secure deployment and recovery. D. GENERAL: - Software required to run the instrument to be included -Software to be windows based for Microsoft XP and/or Vista -All cables to be provided that are needed to interface between sensor, battery, data storage, and computer -Operation and user manuals and/or materials included -One Year Warranty 2. Past Performance: Offers shall be evaluated on performance under existing and prior contracts/subcontracts/orders for same/similar product under the specifications and technical requirements listed in this synopsis/solicitation. Performance is required of both the offeror and the same/similar instrument. Past performance of the instrument can be demonstrated by publication in the open literature of data generated by the instrument. For each project/contract/order, offerors must include in their offer: (1) a list of at least two contracts performed within the last three (3) years and those in process for a same/similar product and (2) brief synopsis which includes the date the product was delivered and the client who received the product (include client name and telephone number). The Government's evaluation will focus on the quality of the product, timeliness of delivery, and level of customer satisfaction. 3. Price The supply item shall be provided to the U.S. EPA, 27 Tarzwell Drive, Narragansett, RI 02882 after receipt of award. F.O.B. point shall be destination. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items is applicable and the specific evaluation criteria are as follows: (1) Technical acceptability of the item offered to meet Government requirement (2) Past performance and (3) Price. Offerors 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/. The Clause 52.204-4 Printed or Copied Double-Sided on Recycled Paper applies to this acquisition. The Clause 52.204-6 Data Universal Numbersing System (DUNS) Number applies to this acquisition. The Clause 52.204-7 Central Contractor Registration applies to this acquisition. The Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. Under 52.212-5 paragraph (b), the following additional clauses apply to this acquisition: 52.222-3 Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.22-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-1 Buy American Act-Supplies; 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade, 52.225-13 Restrictions on Certain Foreign Purchases, 52.222-20 Walsh-Healey Public Contracts Act; and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. All clauses may be found at http://farsite.hill.af.mil/VFFARA.HTM. In addition the US EPA EPAAR Clause is applicable to this synopsis/RFQ: 1552-211-79 Compliance with EPA Policies for Information Resources Management and can be found at http://farsite.hill.af.mil/VFEPAAR.HTM. All questions shall be forwarded via e-mail to the Contract Specialist at the following e-mail address: reslock.glennis@epa.gov, no later than 3/05/09. If you obtain a copy of the RFQ via the Internet, it will be your responsibility to frequently check the same site where the RFQ is posted for any amendments. All responsible sources may submit a quotation on or before 3/12/09 via e-mail to reslock.glennis@epa.gov or by fax (401) 782-9669. No telephone or faxed requests for the RFQ will be honored. Contracting Office Address: Environmental Protection Agency, ORD Service Center/NHEERL/RTP Procurements Operation Division, Durham, NC 27711 Primary Point of Contact(s): Glennis Reslock, Contract Specialist E-mail: reslock.glennis@epa.gov Telephone (401) 782-3056 Fax (401) 782-9669
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=10d823f0f7fabe3881fdbcbed9f24db9&tab=core&_cview=1)
 
Record
SN01758052-W 20090228/090226220954-10d823f0f7fabe3881fdbcbed9f24db9 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.