SOLICITATION NOTICE
66 -- Aerosol spectrometer
- Notice Date
- 6/19/2019
- Notice Type
- Synopsis
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- HQAD<br />US Environmental Protection Agency<br />William Jefferson Clinton Building<br />1200 Pennsylvania Avenue, N. W.<br />Mail Code: 3803R<br />Washington<br />DC<br />20460<br />USA<br />
- ZIP Code
- 20460
- Solicitation Number
- 68HERH19Q0084
- Response Due
- 6/26/2019
- Archive Date
- 7/11/2019
- Point of Contact
- Tichacek, William
- Small Business Set-Aside
- N/A
- Description
- Subject: PR-ORD-18-02551 Procurement Office: U.S. Environmental Protection Agency, Headquarters Acquisition Division 1200 Pennsylvania Avenue NW, Washington DC 20460 In accordance with FAR 13.106-1(b), the U.S. Environmental Protection Agency (EPA), Office of Research and Development intends to award a Sole Source Firm Fixed Price Purchase Order to Droplet Measurement Technologies, LLC for an ultra-high sensitivity aerosol spectrometer for measurement of size-resolved particle air-surface exchange in natural ecosystems and characterization of gas/particle interactions in the atmosphere. Droplet Measurement Technologies has been identified as a vendor that offers an instrument (UHSAS) meeting these and other minimum specifications for such a system: ¿ The instrument must operate on the principle of optical-scattering spectrometry ¿ The instrument must measure discrete particle sizes in the range 60 nm ¿ 1 um. ¿ The instrument must resolve sizes with a resolution of up to 1 nm per size bin. ¿ The instrument must be capable of segregating particles into 100 size bins. ¿ The instrument must measure concentrations up to 3,000 particles per second. ¿ The instrument must output size resolved particle concentrations at a rate of at least 10 hz. ¿ The instrument must provide information on a particle-by-particle basis, including interparticle arrival time. ¿ Instrument flow rate should be software controlled. ¿ The instrument must provide serial, ethernet, and serial communication options. ¿ Dimensions of the instrument must be no more than 56 cm L x 43 cm D x 24 cm H. Purchase of this instrument supports ongoing and planned work within the ORD Air-Energy PEP3 and AIMS2 research projects via improved measurements of dry deposition of particles and improvement of particle deposition parameterizations in chemical transport models. This instrument will also be used to investigate conditions under which forest ecosystems emit particles to the atmosphere. Improved measurements and models of particle deposition are needed to improve deposition budgets required for ecological assessments under the secondary NAAQS, and to improve process-oriented models of emissions and deposition in EPA regulatory tools such as the Community Multi-Scale Air Quality Model (ACE AIMS2). Key requirements of this system are the ability to resolve particles in the range 60 nm to 1 um in diameter and size-resolved sampling frequency of at least 10 hz for direct flux measurements. Market research was conducted to identify vendors capable of delivering instruments meeting the minimum specifications for this purchase. Market research techniques included: ¿ Contracting Officer ¿s personal knowledge in procuring this type of supplies/services. ¿ Discussing with knowledgeable individuals in Government. ¿ Discussing with knowledgeable individuals in industry. ¿ Reviewing supply/service information online, in catalog, or other published literature. EPA Strategic Sourcing Vehicles and GSA Federal Supply Schedules were reviewed as possible sources to fill this requirement. Based on this market research, Droplet Measurement Technologies, LLC is the only vendor identified that can provide an instrument that meets the requirements detailed above. NO SOLICITATION IS AVAILABLE. This notice of intent to award is not a request for competitive quotations. Interested concerns capable: or providing the service as described in this notice may submit a Capability Statement outlining their capabilities. Information received will be evaluated for the purpose of determining whether to conduct a competitive procurement. Capability Statements must be received within the time set forth in this announcement to be considered by the Government. A determination to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Each response should include the following Business Information: a. DUNS. b. Company Name. address, POC, Phone and Email address c. Current GSA Schedules or NAICS codes appropriate to this Award. d. Type of Company (i.e., small business, 8(a), woman owned, HubZone, veteran owned. etc.) as validated in System For Award Management (SAM). All offerors must register on the SAM located at http://www.sam.gov/portal/SAM/# l e. Capability Statement Responses to this posting must be in writing and provide clear and convincing evidence that competition would be advantageous to the Government. A determination not to compete the proposed purchase order based upon the responses to this notice is solely within the discretion of the Government. All questions should be directed to William Tichacek, Contract Specialist at tichacek.william@epa.gov. NO PHONE CALLS PLEASE NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-JUN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/EPA/OAM/HQ/68HERH19Q0084/listing.html)
- Record
- SN05345634-F 20190621/190619230019 (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 |