Federal Bid

Last Updated on 14 Mar 2006 at 5 AM
Solicitation
Maryland

66 -- Gas Analyzers

Solicitation ID 630100000024SQ
Posted Date 21 Feb 2006 at 5 AM
Archive Date 14 Mar 2006 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Administrative Programs Division (Apd)
Agency Department Of Justice
Location Maryland United states
This is a combined solicitation synopsis. No other solicitation is available. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement is a 100% small business set-aside. However, if the government does not receive responses from small businesses, other businesses will be considered. The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) requires, on a firm fixed-price basis, the following: Specifications are for four oxygen (02), carbon dioxide (C02) and carbon monoxide (CO) analyzers for gas species analysis during fires. These analyzers can be in a combined unit or separate units as long as the technical specifications provided below are met: Both Analyzers must be equipped with power: 120 VAC, 60 Hz Analog Output: 4 – 20 mA Configuration: 19” rack mountable Connections: ¼” tubing. ITEM 0001: Oxygen (O2) Analyzer Type: Paramagnetic Range: overall 0-22%, adjustable to a range of 15 – 22%, 5% minimum measuring span Sample flow rate: 0.3 – 1.01pm Response Time (t90): less than 4 seconds Pressure affects: less than 0.2% of range per 1% change in absolute pressure Linearity Error: less than 1% of full scale/span Repeatability: less than 1% of full scale/span Zero Drift: less than 0.5% of smallest range per month Measurement Drift: less than 0.5% of span per month Output resolution: 0.01% absolute or better (2 decimal place accuracy). ITEM 0002: Carbon Monoxide (CO2) and Carbon Monoxide (CO) Analyzer Type: NDIR Range: Adjustable 0 –5% and 0 – 25% Pressure affects: less than 0.2% of span per 1% change in absolute pressure Linearity Error: less than 1% of full scale Repeatability: less than 1% of smallest range Drift: less than 2.0% of smallest range per week Output resolution: 0.1% of span. Shipping must be FOB Destination to Beltsville, MD 20705. The following provisions are applicable to this commercial item acquisition: FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-3, Offeror Representations/ (Vendors must furnish Offeror Representations in writing); FAR 52.212-4, Contract Terms and Conditions-Commercial items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders- Commercial Items, and Justice Acquisitions Regulation 2852.211. Award will be made to the responsive, responsible vendor meeting all the requirements above at the lowest price on an All None Basis. Submit quotes to ATF 650 Massachusetts Avenue, Attn: Paula King Room 3290, Washington, DC 20226, and No Later Than February 27, 2006, 2:00 pm EST. Alternatively, vendors may fax quotes and questions concerning this procurement to Paula King, 202/927-8688 or Brian Wilkins or e-mail to [email protected] or [email protected]. Vendor must have registered in the Central Contractor Registration Database at www.ccr.gov to receive this award.
Bid Protests Not Available

Similar Past Bids

Gaithersburg Maryland 03 May 2006 at 4 AM
Maryland 07 Mar 2006 at 5 AM
Hyattsville Maryland 23 Dec 2004 at 5 AM
Washington 28 Nov 2005 at 5 AM
Washington District of columbia 16 Nov 2006 at 5 AM

Similar Opportunities

Huntsville Alabama 11 Jul 2025 at 2 AM
Huntsville Alabama 21 Jul 2025 at 9 PM
Washington District of columbia 30 Sep 2025 at 4 AM (estimated)
Pennsylvania 11 Jul 2025 at 4 AM (estimated)