SOLICITATION NOTICE
66 -- Gamma Monitors, Detector Kits, Sensors, & Calibration Gases
- Notice Date
- 8/14/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, Region V, Acquisition and Assistance Section (MMC-10J), 77 West Jackson Boulevard, Chicago, Illinois, 60604
- ZIP Code
- 60604
- Solicitation Number
- PR-IL-09-00280
- Archive Date
- 9/15/2009
- Point of Contact
- Donald K. Anderson, Phone: (312) 886-7159
- E-Mail Address
-
anderson.donald@epa.gov
(anderson.donald@epa.gov)
- Small Business Set-Aside
- N/A
- Description
- NAICS Code: 334519. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603, and 13.500 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; an additional written solicitation will not be issued. This RFQ incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-36. The U.S. Environmental Protection Agency (U.S. EPA), Region 5, Superfund Division, Response Section 1, intends to award a sole-source fixed-price purchase order under the authority of FAR Part 13.501, Simplified Acquisition Procedures to RAE Systems, 3775 North First Street, San Jose CA 95134. The Emergency Response Branch requires that the AreaRAE Gamma Monitors be purchased because the equipment is compatible and interchangeable with the other AreaRAE equipment being used throughout Region 5 by Emergency Response personnel. Award to any other source would result in a substantial duplication of cost to the government. Regardless, in accordance with FAR 5.207(c)(15)(ii), all responsible sources may submit a quotation which shall be considered by the agency for the following line items: 1. AreaRAE Gamma Monitors (Gamma Sensor in O2 Position) Part#: 038-WZB8-110 (4 each). 2. AreaRAE Gamma Monitors (Gamma Sensor in O2 Position) Part#: 038-WZ67-110 (4 each). 3. RDK Host Controller, Part#: 039-S100-000 (2 each). 4. RDK Detector Kit, Part#: 039-T000-0011 (2 each). 5. Sensor, Hydrogen Chloride, P/N: 008-1122-000 (2 each). 6. Sensor, Chlorine, P/N: 008-1116-001 (2 each). 7. Sensor, Hydrogen Cyanide, P/N: 008-1117-000 (2 each). 8. Sensor, Ammonia, P/N: 008-1125-000 (2 each). 9. Cal Gas, GAS, HCL, 10PPM, 58L, BALANCE N2, P/N: 600-0056-000 (2 each). 10. Cal Gas, Chlorine, 10PPM (balance nitrogen), 58L Alum Cylinder, P/N: 600-0056-000(2 each). 11. Cal Gas, Ammonia, 50PPM, (balance nitrogen) 58L Alum Cylinder, P/N: 600-0058-000 (2 each). 12. Cal Gas, Hydrogen Cyanide, 10PPM, (balance nitrogen), 58L Alum Cylinder, P/N: 600-0057-000 (2 each). 13. Cal Gas, Isobutylene, 100PPM, (Balance Air) 34L Steel Cylinder, P/N: 600-0002-000 (2 each). 14. 34L Steel Cylinder, P/N: 600-0071-000 34L Steel Cylinder, P/N: 600-0071-000(2 each). 15. Regulator, Constant Flow, 0.5 Liter/Min (Male threaded for use w/34L Steel Cylinders only (2 each). 16. Regulator, Constant Flow, 1 Liter/Min (Male threaded for use w/34L Alum Cylinders and all 58L Cylinders. P/N: 0073021-000 (2 each). 17. FedEx Ground Shipping & Handling (1 job). The award will be on an all or none basis; therefore the EPA will not consider multiple awards for separate items listed under this solicitation. Any firm who believes it is capable of meeting the EPA's requirements as stated herein may submit a response, which if received within 10 calendar days of the date of this announcement, will be considered. The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is incorporated and the Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: The specific evaluation criteria to be included in paragraph (a) of that provision are: (1) Technical. Technical capability of the item offered to meet the Governments minimum requirements based on examination of product literature or technical approach narrative. (2) Price. Technical is of greater importance when compared to Price. (3) Past performance. The quote must demonstrate an understanding of the requirement and the ability to meet the specifications and compatibility requirement with EPA's current inventory of AreaRAE instruments. Offers must include sufficient material to permit the Government to determine that the proposed product will meet the EPA's specifications. Any specific variances from the EPA's specifications shall be addressed by the Offeror with respect to how the Offeror's quote provides alternative equivalence. The Government reserves the right to require additional pricing information, if necessary, to determine that the proposed price is fair and reasonable. General statements that the offeror can or will comply with the requirements, that standard procedures will be used, that well-known techniques will be used, or paraphrases the RFQ specifications in whole or in part will not constitute compliance with this requirement concerning the content of the technical quote. The offeror must complete and submit with its quote, FAR 52.212-3 Offers Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition: (1) 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (JUL 1995); (2) 52.219-8, Utilization of Small Business Concerns (Oct 2000); (3) 52.219-14, Limitations on Subcontracting (DEC 1996); (4) 52.222-21 Prohibition of Segregated Facilities (Feb 1999); (5) 52.222-26 Equal Opportunity (APR 2002); (6) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); (7) 52.222-36 Affirmative Action for Workers and Disabilities (JUN 1998); (8) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); (9) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (SEP 2002) (10) 52.225-13 Restrictions on Certain Foreign Purchases (JUL 2000) (11) 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (MAY 1999). The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement: Potential offerors must be registered in the Central Contractor Registration (CCR). If an offeror is not registered in CCR, the offeror may do so by going to the CCR web site at: http://www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/MMC-10J/PR-IL-09-00280/listing.html)
- Place of Performance
- Address: 77 West Jackson Blvd., Chicago, Illinois, 60604, United States
- Zip Code: 60604
- Zip Code: 60604
- Record
- SN01912034-W 20090816/090815001650-ee91246aa7680d025d61924c0f33cda0 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |