Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2017 FBO #5776
SOLICITATION NOTICE

R -- Chemical Monitoring Services

Notice Date
9/14/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
NASA Shared Services Center (NSSC), Building 1111, Jerry Hlass Road, Stennis Space Center, Mississippi, 39529, United States
 
ZIP Code
39529
 
Solicitation Number
80NSSC17Q0450
 
Archive Date
10/5/2017
 
Point of Contact
Wendy J. Parker, Phone: 2288136328
 
E-Mail Address
wendy.j.parker@nasa.gov
(wendy.j.parker@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: NASA/NSSC has a requirement for Chemical Monitoring Services. This a Brand Name or Equal To requirement. NASA/NSSC will be the procuring center for this effort. Performance will be located at NASA/ Ames Research Center (ARC). This notice 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; offers are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The Government intends to acquire commercial items and services using the provisions, clauses and procedures prescribed in FAR Part 12 and FAR Part 13. This is a Request for Quotations (RFQ), 80NSSC17Q0450. Additional details are included in the attached RFQ file. The attached RFQ file is hereby incorporated into this solicitation. Submitted offers shall be F.O.B Destination for this procurement. Offers submitted on a basis other than F.O.B, Destination will be rejected as nonresponsive. This Procurement is Full and Open Competition The NAICS Code for this procurement is 334519 All responsible sources may submit a quote which shall be considered by the agency. However, any award from this RFQ shall require the potential vendor to be certified within the System for Award Management System (SAM) and completion of Reps and Certs in the SAM system prior to award at www.sam.gov. Quotes for the item(s) described in the RFQ are due by 9/20/2017 by 12 p.m. ET to Wendy Parker at wendy.j.parker@nasa.gov in order to be considered for award. If it is in the best interest of the Government, quotes submitted after the due date may be accepted. If the end product offered is other than a domestic end product as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. All contractual and technical questions must be in writing (e-mail) to Wendy Parker at wendy.j.parker@nasa.gov no later than 9/19/2017 by 12 p.m. ET. Telephone questions shall not be accepted. The following clauses and provisions are applicable to this combined synopsis/solicitation: 52.212-1, Instructions to Offerors; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.html Offerors must include completed copies of the provision at 52.212.3 Offeror Representations and Certifications-Commercial Items with their offer. These representations and certifications will be incorporated by reference in any resultant contract. Contracting Office Address: NASA Shared Services Center, Jerry Hlass Rd. Stennis Space Center, MS 39529 Statement of Work for Trichloroethylene and Perchloroethylene Monitoring At the NASA Ames Research Center Background Ames Research Center is situated on land that has been designated as an EPA Superfund site. Several former manufacturing and industrial facilities in the area required the storage, handling and use of a variety of chemicals, including trichloroethylene (TCE) and perchloroethylene (PCE). During operations, some of the chemicals leaked or were otherwise released to the ground, impacting groundwater and soil. Objective Ames Research Center intends to conduct air monitoring at three buildings on a continuous basis for one month that will provide insight on potential vapor intrusion from the Middlefield Ellis Whisman (MEW) Superfund Plume. To achieve this we are soliciting bids for services and equipment to conduct chemical detection of trichloroethylene and perchloroethylene in air to a level that is relevant to EPA cleanup requirements for a Superfund site (1 part per billion). Scope of Work Provide services and equipment to monitor trichloroethylene and perchloroethylene in air for a period of one month in each of three NASA Ames buildings. Sampling will occur at two locations on the basement level of the buildings and one location on the roof of the building. The sample method will; 1. be commercially available for NASA to purchase. 2. be able to detect trichloroethylene and perchloroethylene with a lower detection limit of 1 part per billion in air with few chemicals that would interfere with detection (for instance a detection method that has aircraft fuel or aircraft exhaust interference would not be suitable. Similarly photoionization detectors have hundreds of compounds that interfere with TCE & PCE rendering them unsuitable. 2. be able to detect and log temperature and relative humidity. 3. log results in a format that can be easily exported to Microsoft Excel that include concentration in air, date, time, temperature, and relative humidity. 4. be tamper proof. Equipment on roof to be protected from weather (if vulnerable). 5. log air concentration at an interval of approximately 1 minute (about 1440 logged measurements per day). 6. be portable. 7. operate continuously for a week at a time (24 hours * 7 days) without needing to be reset/download data/recalibrated. The proposal will include a cost estimate for purchase of the monitoring equipment. Schedule Sampling Dates Location Report issued by October 1 through October 31, 2017 Building N241 November 10, 2017 November 1 through November 30, 2017 Building N213 December 10, 2017 December 1 through December 31, 2017 Building N245 January 10, 2018 Deliverables A report will be delivered on schedule and include; 1. A log of weather conditions for each day of data logging such as; Day Description High / Low Precip Wind Humidity JUL 19 Sunny 77°/57° 0 NNW 15 mph 51% 2. A table for each day's data (about 1440 values), and will include a separate listing of the averaged level for each of three (8 hour) work shifts (midnight to 8 am, 8am to 4 pm, and 4 pm to midnight). Brief down time in monitoring for calibration and downloading of data are allowable. 3. Charted air concentration of TCE and PCE air concentration data of one month and weekly periods. 4. Calibration for TCE and PCE on a weekly basis including photographs of calibration gases used, written procedure and calibration results. 5. Report will include a description of the chemical detection technology used. The Report will be issued in electronic format in an Excel spreadsheet. Place of Performance NASA Ames Research Center, Moffett Field CA Buildings N213, N241, and N245. Arrangements will be made by Ames Research Center to provide escort to the buildings, basements and roofs. The ability to climb a 15 foot ladder will be needed to access some roof locations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/02c91c6530aa0ec98bd73db878e308f5)
 
Place of Performance
Address: NASA Ames Research Center, Moffett Field CA, Buildings N213, N241, and N245., Moffett Field, California, 94035-1000, United States
Zip Code: 94035-1000
 
Record
SN04678440-W 20170916/170914232740-02c91c6530aa0ec98bd73db878e308f5 (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.