The U.S. Environmental Protection Agency (EPA) develops national programs, policies, and regulations for controlling air pollution and radiation exposure. EPA is concerned with pollution prevention and energy efficiency, indoor and outdoor air quality, industrial air pollution, pollution from vehicles and engines, radon, acid rain, stratospheric ozone depletion, climate change, and radiation protection. EPA is responsible for administering the Clean Air Act, the Atomic Energy Act, the Waste Isolation Pilot Plant Land Withdrawal, and other applicable environmental laws.
EPA's mission also includes protecting the public and the environment from the risks of radiation and indoor air pollution which involves coordination across the Agency and with other federal, state, tribal, and non-governmental organizations.
The Tribal Air Monitoring Support Center (TAMS) is set up to assist the tribal nations with their technical air quality needs. The TAMS center is a repository for a number of used/old ambient air monitoring equipment that is utilized by the tribes to assess the air quality in their neighborhood. This equipment is mostly used for measurement of Particulate Matter (PM). The equipment that EPA's TAMS has in their storage, which is loaned out to the tribes, was manufactured by Ruppert & Pataschnick (R&P.) However, a few years ago R&P was purchased by Thermo Fisher Scientific. Thermo Environmental Instruments, Inc. is also a part of Thermo Fisher Scientific and it has been determined that the Thermo Environmental Instrument equipment is compatible with the R&P equipment.
EPA believes that Thermo Environmental Instrument is the only vendor capable of satisfying the Agency's requirement in order to ensure compatibility and that the audit values are traceable by intermediate comparisons to the National Institute of Standards and Technology (NIST), to inter-compare all the gas measurements from each ambient air monitoring agency, and to evaluate their degree of inter-comparability to equivalent NIST measurements. The circumstance permitting "Other than full and open competition: is the Federal Acquisition Regulation (FAR) 13.106-1(b)(1) - Soliciting from a single source. (1) For purchases not exceeding the simplified acquisition threshold.
The North American Industry Classification System (NAICS) code for this effort is 334516, Analytical Laboratory Instrument Manufacturing, with a size standard of 500 employees. No solicitation package will be issued. A determination by the Government not to compete the proposed acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Therefore, no solicitation (RFP) is currently available. Interested businesses should submit a capability statement which demonstrates their firm's ability to successfully perform the overall requirements as noted above. Responses must also include the following: name and address of firm, size of business, DUNS, number of years in business, ownership, parent company/affiliate information, joint venture partners, and a list of customers during the past three years to include the contract numbers/contract type/dollar value of each procurement and point of contact's name/address/phone number. This capability statement shall not exceed five (5) pages in length and shall be sent electronically to Tillie Newsome, at [email protected] within 10 days of the date of this announcement. Additionally, interested parties must (1) be registered in the System form Award Management (SAM) and (2) have completed the Representations and Certifications to be eligible for consideration. Any response(s) failing to provide a capability statement but instead choosing to merely submit a routine letter requesting a copy of the RFP will not be honored.
Interested vendors shall: 1) include information and specifications on the proposed supplies which clearly supports the requirements outlined above; 2) fully explain your capabilities and qualifications and; 3) provide itemized pricing that is sufficient to make a determination that competition is feasible. Response to this synopsis must be made in writing. No telephonic or faxed request will be honored.
Please reference PR-OAR-13-01597, Partisol 2000i Air Samplers in the E-mail subject line and all other responses. Direct procurement-related questions to Tillie Newsome at the above e-mail address. Respondents will not be notified of the results of this market research.