Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 28, 2019 FBO #6516
SPECIAL NOTICE

66 -- Photochemical Assessment Monitoring Stations (PAMS

Notice Date
9/26/2019
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
HQAD US Environmental Protection Agency William Jefferson Clinton Building 1200 Pennsylvania Avenue, N. W. Mail Code: 3803R Washington DC 20460 USA
 
ZIP Code
00000
 
Solicitation Number
68HERH19Q0125
 
Point of Contact
Sayles, Jacqueline
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this request. This announcement constitutes the only solicitation. This requirement is an open-market full and open solicitation. The U.S. Environmental Protection Agency is issuing this acquisition as a Request for Quote (RFQ) under solicitation number 68HERH19Q0125. This procurement is being conducted as a simplified acquisition in accordance with FAR Part 13. The National American Industry Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 1,000 employees. The PSC Code is 6640. The resultant contract will be a firm-fixed price purchase order. Background: The U.S. Environmental Protection Agency (USEPA), Office of Air Quality Planning and Standards (OAQPS), Air Quality Assessment Division, Ambient Air Monitoring Group requires Photochemical Assessment Monitoring Stations to ensure the appropriate system integration and continued accuracy of the EPA s on-going research protocols; required for the collection of additional ambient air pollutant and meteorological data within EPA s laboratory s. This requirement will facilitate the required collection of additional ambient air pollutant and meteorological data which will allow the US EPA to meet the need for a more comprehensive air quality database for ozone and its precursors and attainment of the National Ambient Air Quality Standard (NAAQS) for ozone nationwide. The chief objective of the enhanced ozone monitoring revisions is to provide an air quality database that will assist air pollution control agencies in evaluating, tracking progress, and, necessary, refining strategies for attaining the ozone NAAQS. The PAMS program has been in operation for more than 15 years, and much of the equipment used at PAMS sites is old and in need of replacement. Before recapitalizing the network the EPA conducted an evaluation of the current state and availability of auto-GCs. The evaluation consisted of a literature search of auto-GC vendors; development of a test plan and Quality Assurance Project Plan (QAPP) for the laboratory and field deployment phases; a laboratory evaluation and a field deployment evaluation of eight systems. The revised PAMS program promulgated under the Ozone NAAQS was finalized in 2015. The principal reasons for requiring the collection of additional ambient air pollutant and meteorological data are the lack of attainment of the National Ambient Air Quality Standard (NAAQS) for ozone nationwide, and the need for a more comprehensive air quality database for ozone and its precursors. Statement of Work: EPA has identified the Consolidated Analytical System Chromatotec rack-mountable AutoGC system that would function well in the network and allow for seamless integration into the infrastructure NCore monitoring stations already in existence. In order to ensure the consistency of the state and local air monitoring agencies monitoring programs the required AutoGC systems shall integrate with the existing PAMS monitoring network. The revised PAMS network will include 12 twelve required monitoring stations leveraging the existing NCore monitoring network and a flexible enhanced monitoring program (EMP) network that could include integration with existing and currently operating PAMS stations. The chief objective of the enhanced ozone monitoring revisions is to provide an air quality database that will assist air pollution control agencies in evaluating, tracking the progress of, and, if necessary, refining control strategies for attaining the ozone NAAQS. Ambient concentrations of ozone and ozone precursors will be used to make attainment/nonattainment decisions, aid in tracking VOC and NOx emission inventory reductions, better characterize the nature and extent of the ozone problem, and prepare air quality trends. In addition, data from the PAMS will provide an improved database for evaluating photochemical model performance, especially for future control strategy mid-course corrections as part of the continuing air quality management process. The data will be particularly useful to States in ensuring the implementation of the most cost-effective regulatory controls. The proposed equipment must integrate seamlessly with the existing NCore stations so that consistency, data integrity, and infrastructure efficiency are maintained. There are no known cost, schedule, capability or performance constraints. AutoGC analyzers should be delivered within 8-10 weeks after systems are built. The vendor shall submit a rack-mountable gas chromatograph analyzer system that will allow this AutoGC to use an on-board gas generator, conduct internal calibration and meet detection limits in 30 minutes allowing for effective tracking of VOC concentrations believed to be important ozone precursors. Salient Characteristics: a.) System shall use a high-performance water removal system to dry the ambient air sample without removing polar compounds, i.e., it shall not use a nafion dryer on the column measuring organic compounds with between 2 and 6 carbons. b.) System shall be a rack mounted unit for convenient use in a monitoring station. c.) System shall be capable of operating in an unattended mode to automatically collect, concentrate, and analyze hourly averaged ambient air samples over extended periods (e.g., weeks). d.) System shall be able to measure organic compounds containing as few as 2 carbon atoms and as many as 12 carbon atoms (i.e., measures C2 C12 range). e.) System shall be able to meet a method detection limit of 0.5 ppb or lower as carbon and a precision and accuracy of at least 25%. Submission Instructions: Responses shall be submitted via electronic submission to Jacqueline Sayles at sayles.jacqueline@epa.gov. All questions regarding this requirement must be submitted to Jacqueline Sayles via email, no later than Monday, September 30th, 2019, by 4:00pm Eastern Time. The due date for responses to this RFQ is on or before October 3rd, 2019, at 1:00Pm Eastern Time. Responses must be marked as follows: "68HERH19Q0125." Quotes shall include a point of contact (including phone number, fax number and email address), contractor s 9-digit DUN's number, and TIN number. ALL QUOTES MUST BE VALID FOR 30 DAYS. System for Award Management: The awardee shall be registered in the System for Award Management (SAM) database (https://www.sam.gov/portal/public/SAM/). Full text of the FAR provisions or clauses can be found and electronically accessed at: http://www.acqnet.gov/far and http://acquisition.gov/comp/far/index.html. Terms and Conditions: This RFQ incorporates the provisions and clauses that are in effect through Federal Acquisition Regulation Circular 2005-99. The provision at FAR Clause 52.212-1 (Oct 2018), Instructions to Offerors and addendum are incorporated into this solicitation. Addendum to 52.212-1, Submission of offer(s) is to read as follows: "Submit offers electronically to sayles.jacqueline@epa.gov. Provision 52.212-2, Evaluation - Commercial Items and addendum are incorporated into this solicitation. Provision 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2018) is incorporated. Addendum to 52.212-2 (Jan 1999), Evaluation Commercial Items is to read as follows: The following evaluation criteria will be used to evaluate offers: The Government will award a purchase order resulting from this solicitation to the lowest priced offeror whose submitted quote is technically acceptable to the Government. "Lowest Price Technically Acceptable to the Government." [End of Provisions] Contractors may submit their online Representations and Certifications Application (ORCA) at the following government portal: http://orca.bpn.gov. Clauses 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2018), and 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Aug 2019), apply to this solicitation. 52.217-9 Option to Extend the Term of the Contract (Mar 2000) The following additional clauses under FAR 52.212-5 are applicable: 52.204-7, System for Award Management; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-13, Restrictions on Certain Foreign Purchases; 52.229-3, Federal, State, and Local Taxes; 52.232-1, Payments; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors; EPA-K-04-101 Representation By Corporations Regarding A Felony Conviction Under Federal Law Or Unpaid Federal Tax Liability; 52.252-2 Clauses Incorporated by Reference; EPAAR-1552.209-71, Organizational Conflicts of Interest; EPAAR 1552.211-79, Compliance with EPA Policies for Information Resources Management; EPA-H-09-107 Unpaid Federal Tax Liability & Felony Criminal Violation Certification; EPA-L-15-102 - Technical Questions; EPA-L-15-104 - Electronic Submission of Proposals/Bids/Offerors/Quotes; EPA-L36-101 - Proposal Instructions; EPA-H-42-102 - Utilization of FedConnect for Contract Administration. [End of Clauses] System for Award Management: The awardee shall be registered in the System for Award Management (SAM) database (https://www.sam.gov/portal/public/SAM/). Full text of the FAR provisions or clauses can be found and electronically accessed at: http://www.acqnet.gov/far and http://acquisition.gov/comp/far/index.html. Contracting Office Address: US Environmental Protection Agency Office of Acquisition Solutions, HQAD, ACSC 1300 Pennsylvania Ave, NW Washington, DC 20004 Place of Performance: Unite States Environmental Protection Agency Office of Air Quality Planning and Standards Research Triangle Park, NC 27711 United States Primary Points of Contact.: Jacqueline Sayles, Email address: sayles.jacqueline@epa.gov Tracey Williams, Email Address: williams.tracey@epa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/68HERH19Q0125/listing.html)
 
Record
SN05459893-W 20190928/190926231002-cae6e350430dc192112edeaf006db589 (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.