Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2009 FBO #2946
SOLICITATION NOTICE

68 -- for Multi Component Calibration Standard for the determination of Volatile Organic Compounds (VOCs) - Attachment 1 - Attachment 2

Notice Date
12/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region I, One Congress Street, (MCP), Suite 1100, Boston, Massachusetts, 02114
 
ZIP Code
02114
 
Solicitation Number
EIA-A001
 
Archive Date
1/15/2010
 
Point of Contact
Brandon T Williams, Phone: 6179181965
 
E-Mail Address
williams.brandon@epa.gov
(williams.brandon@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
Requirements Document RFQ Response Form The United States Environmental Protection Agency Region 1 is hereby requesting quotes for Multi Component Calibration Standard for the determination of Volatile Organic Compounds (VOCs) in air collected in specially prepared canisters and analyzed by Gas Chromatography/Mass Spectrometry (GC/MS). Please see the attached specifications for the standard composition ideally to 100 ppb (V). This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constituted the only solicitation; proposals are being requested and a written solicitation will not be issued. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references. All questions should be submitted in writing to: Brandon Williams at email address: Williams.Brandon@epa.gov. The North American Industry Classification System Code (NAICS) is 325120. The Product Classification Code (PSC) is 6830. Line Item 0001: Multi Component Calibration Standard (65-Component) Line Item 1001: Option Year 1 Multi Component Calibration Standard (65-Component) Line Item 2001: Option Year 2 Multi Component Calibration Standard (65-Component) Line Item 3001: Option Year 3 Multi Component Calibration Standard (65-Component) Line Item 4001: Option Year 4 Multi Component Calibration Standard (65-Component) Physical Requirements: 1- year Expiration Date Blend tolerance should be within 10% except for (*) compounds which may have up to 20% (See Attachment 1) Reporting and Documentation Requirements: Analysis certification sheet is required Delivery Schedule: Delivery required no later than January 30th 2010. Quantity Requirements: 104L in a size 6A cylinder Provide the following: 1) Please complete the attached RFQ for the line items above which must meet requirements as stated in the attached requirements document. 2) A completed copy of the provision FAR 52.212-3 Offer Representation and Certification for Commercial Items or a statement that the offeror is current in the online representatives and certifications at https://orca.bpn.gov/. 3) Availability of product on GSA contract if applicable Evaluation Best value is defined as meeting the following evaluation criteria: Technical Capability Delivery Schedule Cost Award will be made to the offerror who can provide the best value. Consideration will be given to the offeror who meets all of the requirements in the attached documents and can provide the earliest delivery schedule. CLAUSES EPAAR: The following clauses are incorporated by reference and are applicable to this solicitation and resulting contract: EPAAR 1552.211-79 COMPLIANCE WITH EPA POLICIES FOR INFORMATION RESOURCES MANAGEMENT (OCT 00) FAR: The following clauses are incorporated by reference and are applicable to this solicitation and resulting contract: FAR 52.204-7 Central Contractor Registration (Apr 2008) FAR 52.212-1 INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS (JUNE 2008) ADDENDUM to FAR 52.212-1 Prepare quote in accordance with FAR 52.212-1 – Instructions to Offers - Commercial Items and the following additional instructions. FAR 52.212-2 EVALUATION—COMMERCIAL ITEMS (Jan 1999) FAR 52.212-3 OFFER REPRESENTATION AND CERTIFICATION FOR COMMERCIAL ITEMS (JUNE 2008) FAR 52.212-4 CONTRACT TERMS & CONDITIONS—COMMERCIAL ITEMS (Mar 2009) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS FOR COMMERCIAL ITEMS (SEPT 2008) The following clauses in this provision are applicable to this solicitation and the resulting contract: 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor—Cooperation with Authorities and Remedies (Aug 2009) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (Sep 2006) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam (Sep 2006) 52.222-50 Combating Trafficking in Persons (Aug 2007) 52.225-1 Buy American Act Supplies (Feb 2009) 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration (Oct 2003) 52.233-4 Applicable Law for Breach of Contract Claim ( Oct 2004 ) 52.233-3 Protest after Award (Aug 1996) FAR 52.217-5 EVALUATION OF OPTIONS. Evaluation of Options (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) 1552.217-77 Option To Extend the Term of the Contract Fixed Price (OCT 2000) The Government has the option to extend the term of this contract for 4 additional period(s). If more than 60 days remain in the contract period of performance, the Government, without prior written notification, may exercise this option by issuing a contract modification. To exercise this option within the last 30 days of the period of performance, the Government must provide to the Contractor written notification prior to that last 60 -day period. This preliminary notification does not commit the Government to exercising the option. Use of an option will result in the following contract modifications: (a) The “Period of Performance” clause will be amended as follows to cover the Base and Options Periods: If CLIN 1001 is exercised the period of performance is extended by 1 year following completion of the Base Period of Performance. If CLIN 2001 is exercised the period of performance is extended by 1 year following completion of the CLIN 1001 Period of Performance. If CLIN 3001 is exercised the period of performance is extended by 1 year following completion of the CLIN 2001 Period of Performance. If CLIN 4001 is exercised the period of performance is extended by 1 year following completion of the CLIN 3001 Period of Performance. (b) During the option period(s) the Contractor shall provide the services described below: The 65 Component Standard to be provided as stated in the attached requirements document. (End of provision) Responses are due by 3:00PM EST on December 31 st, 2009 to Contracts & Procurement Division, United States Environmental Protection Agency, 5 Post Office Square Mail Drop 16-2, Boston, MA 02109-3912, ATTN; Brandon Williams, Contracting Specialist, and email: williams.brandon@epa.gov Please submit your response via any method listed below: E-MAILFAXFEDERAL EXPRESS OR LIKE SERVICEHAND-CARRIED TO THE OFFICE Contracting Office Address: United States Environmental Protection Agency, 5 Post Office Square, Boston, MA 02109-3912 Point of Contact(s): Brandon Williams (617) 918-1965
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegI/EIA-A001/listing.html)
 
Place of Performance
Address: 11 Technology Drive, North Chelmsford, Massachusetts, 01863-2431, United States
Zip Code: 01863-2431
 
Record
SN02025039-W 20091218/091216235236-b09dedb885b24e543deafe08e6852b52 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.