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