The RFP Database
New business relationships start here

Aerosol spectrometer


District Of Columbia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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:
B? The instrument must operate on the principle of optical-scattering spectrometry
B? The instrument must measure discrete particle sizes in the range 60 nm B? 1 um.
B? The instrument must resolve sizes with a resolution of up to 1 nm per size bin.
B? The instrument must be capable of segregating particles into 100 size bins.
B? The instrument must measure concentrations up to 3,000 particles per second.
B? The instrument must output size resolved particle concentrations at a rate of at least 10
hz.
B? The instrument must provide information on a particle-by-particle basis, including interparticle
arrival time.
B? Instrument flow rate should be software controlled.
B? The instrument must provide serial, ethernet, and serial communication options.
B? 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:
B? Contracting OfficerB?s personal knowledge in procuring this type of supplies/services.
B? Discussing with knowledgeable individuals in Government.
B? Discussing with knowledgeable individuals in industry.
B? 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

Tichacek, William

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP