Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2016 FBO #5294
SOLICITATION NOTICE

B -- Atmospheric Mercury Network

Notice Date
5/20/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Office of Oceanic and Atmospheric Research, 1315 East-West Highway, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
NRMAC100-16-00969
 
Archive Date
6/9/2016
 
Point of Contact
Barbara G Shifflett, Phone: 8655760061
 
E-Mail Address
barbara.shifflett@noaa.gov
(barbara.shifflett@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of Commerce, NOAA/OAR/ARL/ATDD, plans to solicit and negotiate on a sole source basis, in accordance with FAR 6.302-1, in support of the NOAA ARL Atmospheric Mercury Network (AMNet). ARL requests that the equipment described below be acquired using a noncompetitive procurement in support of OAR requirement for atmospheric chemical monitoring. ARL conducts short- and long-term research field intensives, as well as multi-year monitoring efforts to investigate source-receptor relationships in the atmosphere; characterize emission sources; study air-surface exchange processes responsible for pollutant removal; and document trends in atmospheric concentrations of important toxic pollutants. Under the 1990 Amendments to the Clean Air Act, Congress mandated NOAA and the EPA to monitor levels of mercury in the atmosphere. ARL's research and monitoring activities fulfill that mandate and support NOAA's Strategic Plan for Weather and Water research. Purchase of Tekran Model 2537X Continuous Mercury Vapor Analyzer (Quantity 1) TECHNICAL SPECIFICATIONS: NOAA/ARL requires a device that meets the following requirements: 1. The analyzer shall be a compact, self-contained, rack mountable unit, complete with internal pump, user-serviceable pre-concentration gold traps, heaters, mass-flow meter & controllers, a cold vapor atomic fluorescence detector, and calibration source. It must be a portable unit that may be used indoors or in the field to monitor background vapor-phase mercury levels to a detection level in the *sub-ng/m3* regime at a cycle time of 5 minutes or less. 2. The analyzer must be capable of operation without an external data-logger or computer, and should possess analog, digital and RS-232 outputs to allow it to be integrated with a serial data-logger, PC-based data system or any air quality telemetry system. 3. The analyzer must be equipped with dual, gold-column amalgamation cartridges to collect mercury vapor, thus allowing for continuous sampling of an air stream, with no gaps in the data collected. While one cartridge is sampling ambient air the other is in the process of being analyzed. 4. The mercury vapor collection cartridges should be made of pure gold, and should be able to withstand many thousands of sampling and desorption cycles without degradation in performance. 5. The duty cycle must be sufficiently short as to allow for near-real-time data collection, with a minimum rate of not more than 2.5 minutes per cycle. 6. The analyzer must be equipped with an internal mercury calibration source that allows the instrument to re-calibrate itself automatically; thus allowing unattended operation for extended periods of time. 7. The analyzer must be equipped with a bypass valve that prevents contaminated air from coming in contact with the detector, thus making cleaning operations infrequent. 8. The detector in the analyzer must have an inert gas purge feature to improve stability, thus necessitating only infrequent adjustments to the GAIN and SENSITIVITY controls. 9. The analyzer must utilize an electronic mass-flow meter or controller to measure ambient air sample flow rate. If using a mass flow meter, the analyzer must utilize a microprocessor controlled feedback loop between the mass flow meter and pump to ensure accurate sample flow rates and sample volume measurements. 10. The analyzer must use an electronic mass-flow controller to regulate carrier gas flow during analysis, and should automatically shut off gas flow in the event of a power failure. This allows optimal usage of the UHP Argon carrier gas. 11. The analyzer must be compatible with Tekran® Corporation precollection units for gaseous oxidized mercury (GOM, collected with Tekran P/N 1130 Mercury Speciation Unit) and particulate-bound mercury (PBM, collected with Tekran P/N 1135 Particulate Mercury Unit), and must seamlessly interface with these devices in all aspects of sampling and analysis of collected GOM and PBM species. DELIVERABLE SCHEDULE: INSIDE DELIVERY REQUIRED: USDOC/NOAA/ ARL R/ARL - NCWCP - Room 4250 5830 University Research Court College Park, MD 20740 Attn: Winston Luke Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within ten days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Evidence must be provided of ability to provide the required service. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. A contract will be issued in accordance with the simplified acquisition procedures authorized in FAR Part 13. This solicitation is a small business set aside. The associated FSC for this is 6660, and the associated NAICS Code is 334519. Offers will be evaluated based on price, proven technical capabilities, and the factors set forth above. An award will be made to the firm who can meet the specific requirements and is most advantageous to the Government considering price and other related factors on an all or none basis. This will be a firm fixed-price purchase order, with payment terms of Net 30. Certification and Representation SAM. The SAM website is the single source for vendor data for the Federal Government. Contractors should go on-line at www.sam.gov. 52.204-99 System for Award Management Registration (Class Deviation from 52.204-7) (September 2012) (DEVIATION 1)The contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A Contractor may obtain a DUNS number (i) via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and zip code. (iv) Company mailing address, city, state, and zip code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time, for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not registered should consider applying for registration to least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate, and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 1-866-606-8220 or 334-206-7828 for international calls. (End of Clause) 52.232-33, Payment by Electronic Funds Transfer - (OCT 2003) No other additional contractual terms and conditions are applicable. In order to comply with the Debt Collection Improvement Act of 1996, ALL Vendors must be registered in the System for Award Management (SAM.gov) Offers will be evaluated based on price, proven technical capabilities, and the factors set forth in paragraph (a). An award will be made to the firm who can meet the specific requirements and is most advantageous to the Government considering price and other related factors on an all or none basis. This will be a firm fixed-price purchase order, with payment terms of Net 30. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition. All proposals are required to be received in the contracting office no later than 5:00 pm, EST, on Wednesday, May 25, 2016. Reference Request for Quotation (RFQ) Number NRMAC100-16-0000969 in your quotation. All proposals must be submitted via electronics means (e-mail) to Barbara.Shifflett@noaa.gov and Gabrielle.Land@noaa.gov or by fax to 865-576-1327. The anticipated award date is on or around May 31, 2016. Questions pertaining to this special notice must be submitted in writing to Barbara Shifflett, Contracting Officer, (865) 576-0061, Barbara.Shifflett@noaa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/OCSOAR/NRMAC100-16-00969/listing.html)
 
Place of Performance
Address: ARL/ NCWCP RM 4204, 5830 University Research Court, College Park, Maryland, 20740, United States
Zip Code: 20740
 
Record
SN04123640-W 20160522/160520233846-95822ec7f0d99f993fb7c571dba45685 (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.