Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 29,1998 PSA#2126

DHHS, PHS, CDC, NIOSH, ALOSH, 1095 Willowdale Rd., Morgantown, WV 26505-2888

66 -- AERODYNAMIC PARTICLE SIZER, AEROSOL DILUTER AND GENERATOR, MICROMANOMETER AND VELOCITY METERS SOL RQ98-030 DUE 072298 POC Brenda Goodwin, 304/285-5882/Contracting Officer, Rex S. Wolfe, 304/285-5883 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; BIDS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is issued as Request for Quotation RQ98-030. This procurement is being issued unrestricted. The Standard Industrial Classification is 3829 with a size standard of 500 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-46. The National Institute for Occupational Safety and Health (NIOSH), requires the following CONTRACT LINE ITEMS (CLINs): CLIN 001- one (1) EACH -- Aerodynamic Particle Size Spectrometers (TSI Model 3320 or equal); CLIN 002 -- one (1) EACH -- associated Aerosol Diluters (TSI Model 3302A or equal); CLIN 003 -- one (1) EACH -- Fluidized Bed Aerosol Generator (TSI Model 3400 or equal); CLIN 004 -- one (1) EACH -- Micromanometer (TSI model 8704 or equal); CLIN 005 -- two (2) EACH -- Velocity Meter (TSI model 8386A-M or equal); CLIN 006 -- two (2) EACH -- AC Adapter for velocicalc (TSI #2613033 or equal) and CLIN 007, two (2) EACH -- Computer Interface Cable (TSI #8940 or equal) FAR Clause 52.211-9 "Desired and Required Time of Delivery" applies to this solicitation. GOVERNMENT SPECIFICATIONS: CLIN 001 and 002 -- (1) These instruments shall possess the ability to monitor, on a real time basis, the particle concentration, aerodynamic size, scattered light intensity, and other physical properties of both solid and liquid aerosol particles. The unit shall be able to display the measurements in the number, surface area, and mass concentrations of particles as a function of aerodynamic diameter, and to express these concentrations also as a cumulative percentage of aerosols with aerodynamic diameter, (2) The instrument shall use a single laser to generate two laser sensing spots for making time-of-flight measurements on airborne particles to determine number concentration and aerodynamic size in the range of .7 to 20 um. It shall accommodate particle concentrations to 1,000 particles per cubic centimeter, with less than 2% coincidence error at 0.5 um or less than 6% at 10 um, (3) Volumetric flow control and pressure correction are required to stabilize operation for field operation of these instruments. In addition, a weight of less than 25 pounds is required to increase portability in the field, as is the capability to operate on single phase 110v AC power, (4) Sample flow rate shall not exceed 1 liter per minute and total flow rate shall not exceed 5.0 liters per minute. Particle velocity shall remain subsonic to reduce non-Stokesian effects. The purchased unit shall be compatible with an aerosol diluter to enable use over an increased concentration range, and the inlet of this unit shall be designed in such a manner as to minimize loss of particles byimpaction or other means, and (5) The units shall be computer-controlled using Windows based software operated via a 9 pin RS232 connector. Output both directly to a printer and to a spreadsheet format is required. A display of size distribution, concentration, mass median aerodynamic diameter, scattered light intensity and remaining sampling time shall be available during sample collection. These new units will provide the capability to conduct fast, in situ, and real-time monitoring in these aerosols. CLIN 003 -- (1) Output Concentration range: 10-80 mg/m3; (2) Powder feed rate range 3-25 mm3/min; (3) Carrier gas flow rate range 5-15 L/min (at 50 psi); (4) Cyclone: classifies respirable dust at 9 L/min; and (5) Weight <20kg. CLIN 004 -- (1) Shall measure Differential Pressure, Static Pressure, Velocity, Volumetric Florate; (2) Shall have NIST Calibration Certificate; (3) Shall have Pressure Range -5 to 15 in H20, Accuracy +/- 1 % of reading, resolution 0.001 in H20; (4) Shall have Velocity Range 250-15500 fpm Accuracy +/- 1.5%; (5) Shall have AC and DC Power options; and (6) Shall have serial interface to PC. CLINS 005, 006 and 007 -- (1) Shall measure velocity, temperature, humidity, heat flow dewpoint, and differential pressure; (2) Velocity range 0-9999 ft/min, Accuracy +/- 3% of reading, resolution 1 ft/min; (3) Temperature range -20 to 60 degrees C, accuracy +/- 0.3 degree C, resolution +/- 0.1 degree C; (4) Relative Humidity 0-95 %, accuracy +/- 3%, resolution 0.1%; (5) Pressure Range -5 to 15 in H20, Accuracy +/- 1 % of reading, resolution 0.001 in H20; and (6) Shall have printer output. EVALUATION FACTORS: Offers will be evaluated on their ability to meet or exceed the stated specifications and demonstrated past performance on contracts of similar size and complexity to this requirement. Technical proposals and cost or price are approximately equal in importance. The Government intends to make a single award to the responsible offeror whose proposal conforms to all requirements of the solicitation and is considered the best value to the Government. The Government desires delivery of all units within 2-3 weeks after contract award. If an offeror is unable to meet the desired schedule, it may without prejudicing evaluation of its offer, propose a different delivery schedule provided it does not extend beyond the Government's required schedule of each CLIN within 30 days. The Government will evaluate based on F.O.B. Destination (Morgantown, West Virginia) and the requirements at FAR 52.214.21 "Descriptive Literature" apply. Information provided must demonstrate the unit's ability to meet the specification or your offer may be rejected. The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-4, Contract Terms and Conditions -- Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. Additionally, the following FAR clauses cited in Clause 52.212-5 are also applicable to this acquisition as follows: FAR 52.222.26 "Equal Opportunity"; 52.222-35 "Affirmative Action for Special Disabled and Vietnam Era Veterans"; 52.222-36 "Affirmative Action for Handicapped Workers"; 52.222-37 "Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era"; 52.225-3 "Buy American Act -- Supplies"; 52.225-18 "European Community Sanctions for End Products." Submit the following to DHHS, PHS, CDC, NIOSH, ALOSH, Attn: Brenda Goodwin, 1095 Willowdale Road, Morgantown, WV 26505: (1) original and three copies of a completed SF 1449, signed by an individual authorized to bind the organization; (2) Pricing Schedule for CLINS 001 thru 007; (3) completed Representations and Certifications -- Commercial Items, FAR 52,212-3; (4) descriptive literature for evaluation purposes; (5) Past performance information (include names and addresses of Company/ Government Agency, name and telephone numbers of customer contacts along with contract number, and description ofwork performed with your offer.); and (6)acknowledgment of solicitation amendments, if any. Facsimile Bids are not authorized. Offers that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Award of a one firm fixed-price contract is anticipated to be made on or about July 31, 1998. Information regarding this notice can be obtained from Brenda Goodwin at (304)285-5882 or by fax at (304) 285-6083. All responsible sources may submit a response, which shall be considered by the Agency. Posted 06/25/98 (0176)

Loren Data Corp. http://www.ld.com (SYN# 0354 19980629\66-0005.SOL)


66 - Instruments and Laboratory Equipment Index Page