SOLICITATION NOTICE
66 -- CO Alarm Test Chamber
- Notice Date
- 3/4/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), Assisted Acquisitions Services (WQA), 301 7th St SW Rm 6109, Washington, District of Columbia, 20407, United States
- ZIP Code
- 20407
- Solicitation Number
- NC6100090926
- Archive Date
- 4/9/2010
- Point of Contact
- Derrick Dudley, Phone: 2027086422, Stephanie A Kelly, Phone: 2027087408
- E-Mail Address
-
derrick.dudley@gsa.gov, stephanie.kelly@gsa.gov
(derrick.dudley@gsa.gov, stephanie.kelly@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- Description(s): REQUEST FOR QUOTE: PLEASE READ REQUEST FOR QUOTE AND FOLLOW INSTRUCTIONS. Date: March 4, 2010 Classification Code: 66 - Instruments and Laboratory Equipment; NAICS 334519 - Other Measuring and Controlling Device Manufacturing. This procurement is for purchase of a CO Alarm Test Chamber for the Consumer Product Safety Commission. Solicitation Number: NC6100090926. Contracting Office Address: General Services Administration, Federal Acquisition Service, Assisted Acquisition Services, 301 - 7th Street, SW; Room 6109, Washington, DC 20407-0001. A. DESCRIPTION OF ACTION: This is a combined synopsis/solicitation for the acquisition of a New CO Alarm Test Chamber for the Consumer Product Safety Commission (CPSC). The CPSC has a requirement to test and evaluate the performance of Carbon Monoxide Alarms in accordance with the requirements of UL 2034 (the Standard for Carbon Monoxide Alarms) and other consumer products. It is essential that the environment test chamber (including accessories such as the dehumidifier system, drain ports, etc.) be "air tight" with minimal leakage since potentially lethal concentrations of gases will be used. Controlled concentrations and quantities of carbon monoxide or other gases will be injected into the chamber and the response time and performance of the consumer product will be measured and evaluated for safety and protection in ordinary indoor locations of dwelling units, including recreational vehicles, mobile homes, and recreational boats with enclosed accommodation spaces and cockpit areas. The vendor shall manufacture and deliver the requested item within no more than one-hundred twenty (150) days. This combined synopsis/solicitation is prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6 (http://www.arnet.gov/far/current/html/Subpart 12_6.html#wp1088488) in conjunction with the policies and procedures for solicitation, evaluation and award prescribed under FAR Part 13 - Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. This announcement constitutes the only solicitation that will be released. A Quote from vendors in this business area is being requested and a written solicitation will not be issued. All amendments and any other official communications, if any, from the agency regarding this solicitation will be distributed via https://www.fbo.gov or by a means that provides access to the notice of proposed contract action through the Government-wide point of entry. B. BACKGROUND: The CPSC has a requirement to test and evaluate the performance of Carbon Monoxide Alarms in accordance with the requirements of UL 2034 (the Standard for Carbon Monoxide Alarms) and other consumer products. It is essential that the environment test chamber (including accessories such as the dehumidifier system, drain ports, etc.) be "air tight" with minimal leakage since potentially lethal concentrations of gases will be used. Controlled concentrations and quantities of carbon monoxide or other gases will be injected into the chamber and the response time and performance of the consumer product will be measured and evaluated for safety and protection in ordinary indoor locations of dwelling units, including recreational vehicles, mobile homes, and recreational boats with enclosed accommodation spaces and cockpit areas. C. SCOPE: CLIN DESCRIPTION QTY UNIT TOTAL FFP PRICE 0001 Environmental Test Chamber 1 1 ea 0002 Users/Operation Manual with complete schematics of internal wiring 2 1 ea 0003 Drawings and Specification Sheet 1 1 ea 0004 1 year factory warranty 1 1 lot 0005 3 year service/- maintenance agreement 1 1 ea TOTAL FIRM FIXED PRICE NTE Technical Specifications The Environmental Test Chamber shall meet the following specifications. Substitutions are not acceptable. 1. Overall Size/Envelop Dimensions: The internal volume of the chamber shall be between 29 and 40 cubic feet, with a minimum internal width of 32 inches, a minimum internal height of 36 inches, and a minimum internal depth of 28 inches. The overall unit shall be no more than 60 inches wide and be no more than 87" tall. Maximum exterior dimensions allowed are width as facing access doors of 72 inches and depth of 48 inches. The maximum assembled installed height shall not exceed 100 inches including wheel assemblies. However, the height of the chamber shall be able to be adjusted to less than 7 feet to allow for movement thru doors when relocating the chamber. 2. Environmental Control Parameters: The chamber shall have electronic programmable temperature and humidity controllers capable of controlling the temperature of the chamber between 20F and 140F and the relative humidity between 10% and 98%. The temperature shall be controlled and maintained to +/- 1 degree F of set point. Relative humidity shall be controlled and maintained to +/- 2.5 % RH of set point. The maximum heat load expected in the chamber to be used for establishing the heat removal capacity is 1500 watts. Critical temperature control points per the UL-2034 test requirements are at 40F, 70F, and 120F. 3. Data Collection: The controller shall have two USB port interfaces and a user friendly touch screen system for ease of programming, data acquisition, and the capability to monitor chamber interior temperature and relative humidity conditions with 0-10v analog signal from an independent set of sensors. These ports are data passthroughs to access equipment inside the chamber. Additional (one each RS-232 and RS485) exterior data ports shall be provided so that the chamber conditions may be recorded by CPSC's external data acquisition system. These ports connect the the vendors chamber sensors and are outputs. The USB, RS-232 and RS-485 ports will interface with CPSC's data acquisition and control computer system (DACS) that uses National Instruments' LabView software for data acquisition and control..Also, the chamber temperature and relative humidity control system shall be capable of being controlled by signal inputs (digital or 0-10v analog) from the CPSC DACS, through the RS-232 and RS-485 ports... 4. The chamber shall be furnished with heavy duty casters, have latching and gasketed insulated front and back access doors with high performance triple pane glass viewing windows. The wheels shall have locking features. 5. The unit may have either one or two doors. If supplied with two doors they would be on opposite sides of the chamber. Each door, when open shall provide full width free and unencumbered access to the interior of the chamber similar to CPSC's existing Lunaire Model CE0932W-4 that this chamber will be replacing. 6. A viewing panel will be provided on each door. Each viewing window/door panel shall have a minimum area of 1000 square inches and a width of at least 24 inches. If two doors are supplied two viewing ports will be required on two opposite sides of the chamber so it is equivalent to CPSC's existing Lunaire Model CE0932W-4 that this chamber will be replacing. CPSC should be consulted if all other requirements are met, but the viewing panel requirement is not. 7. The interior of the chamber shall be stainless steel. The exterior may be stainless steel, polished aluminum, or baked on paint over steel. 8. The chamber shall be equipped with a shelf support system capable of positioning and holding internal shelf units on 2 inch vertical spacing the full height of the internal chamber and furnished with 5 stainless steel wire frame shelf units. Each shelf unit shall be individually removable. 9. The chamber shall be able to cycle between 32F and 120F from one extreme to the other in a time period not shorter than 5 minutes or longer than 60 minutes (increasing and decreasing). The hold time duration shall be programmable. 10. A condensate collection system shall be provided to collect and transport internal condensate to a central collection point. A condensate pump shall be provided. The pump shall be capable of transporting condensate to a height of 20 feet to a distance of 100 feet through ¼ inch internal diameter. A bottom drain shall be provided in the main chamber to collect condensate. Alternatively, an external condensate sump pump may be considered that removes water from a sealed internal collection point with a pump switch that is above sump pump suction inlet line to maintain seal and avoid chamber leakage into lab room. 11. A water filtration system and conditioning system to de-ionize water shall be provided as needed for the humidity control system. 12. The chamber and connected systems shall be air tight and capable of holding a 1 inch negative water gage test pressure for 5 minutes without dropping the test pressure more than 0.25 inches water gage over the 5 minute test period. Chamber should be able to maintain carbon monoxide concentrations of up to 10,000 ppm without exceeding 35 ppm background levels within 1 foot of the chamber, throughout its full operational cycle and range of temperatures.. 13. The dehumidification system shall be air tight and shall be designed to not permit the loss of chamber test gases to the adjacent work area OR the chamber shall have a means of controlled disposal of gases that have to be released to relieve pressure or in the dehumidification process. The control method should be fully explained to and approved by CPSC staff prior to acquisition. The chamber shall be capable of maintaining a -15 dewpoint. 14. The chamber control system shall be programmable to permit automatic temperature and humidity cycling. 15. Two switched 120V receptacles designed to work in the maximum humidity environment shall be furnished inside of the chamber, one on each side. Each duplex pair shall be powered from separate 20 amp circuits. 16. Multiple injection and sampling "Swagelok" bulkhead fittings shall be provided in accordance with the following schedule: If two doors are provided, the fittings shall be on the side of the chamber. If the chamber has only one door, the fittings may be located on the rear panel, or side panels. The fittings are needed to connect injection and sampling tubing to the inside and outside of the chamber and permit the flow of sampling and injection gasses. a. Injection fittings: twelve (12) ¼" nominal tubing size bulkhead fittings in a cluster. The fittings shall be spaced and/or configured to permit proper tightening and loosening of the stainless steel tubing compression nut. The fittings should use bored through bulkhead unions (or similar fittings of CPSC choosing) that terminate with quick-connects on the outside (see SS-QC4-B-400, SS-401-pc) or the chamber. b. Sampling fittings: six (6) ¼" nominal tubing sized bulkhead fittings in a cluster. The fittings shall be spaced and/or configured to permit proper tightening and loosening of the stainless steel tubing compression nut. The fittings should use bored through bulkhead unions (or similar fittings of CPSC choosing) that terminate with quick-connects on the outside (see SS-QC4-B-400, SS-401-pc) or the chamber. 17. Bulkhead fittings for electrical wiring interface shall be provided to facilitate the interconnection of six (6) 24 gauge. shielded twisted pair conductors. Multiple Ceramtec passthrough fittings ( part 18619-02-kf) that provide for up to 8 thermocouple signals (16 wires) to pass through the chamber wall and allow up to 12 voltage signals (24 wires - part 17182/81-01-kf) to pass through the wall. One pass-through would be provided for up to four DC power supply wires (17007-04-KF). The power supply connectors shall be designed to work with up to of 16 amps. Four (4) additional individual bulkhead fittings shall be provided to facilitate the interconnection of 24V 20 amp DC current. These fittings shall be clustered separately from the others. 18. Power Source: The chamber should be designed to operate on either a 120/208V, single phase, 30amp circuit, or a 120/208v, 3 phase 15 amp circuit and able to be connected through a single cord connected plug. The CPSC lab will have available two electric power supply options as follows: 208v/1phase or 208v 3phase circuits. Cord provided with cord connected plug shall be a minimum of 8 feet in length where it exits the chamber and fitted with an appropriate 15-15r or 14-30r plug. The specific power option shall be identified clearly in the offer. 19. A master on/off switch shall be provided 20. High and low temperature audible alarms shall be provided 21. High and low relative humidity audible alarms shall be provided 22. Means shall be provided for silencing audible alarms 23. All bulkhead fittings shall be clearly labeled. 24. Six (6) spare water treatment and filtration filters shall be provided 25. Two three (3) inch ID diameter 18 gauge or thicker stainless steel fittings shall be provided into the top of the chamber compartment. Each duct fitting shall extend into the chamber. Location of the makeup and exhaust air points and use of internal air distrubtion plates/manifolds/etc is to be determined by the offeror as needed to meet mixing and other environmental control parameters noted herein. One fitting will be used for exhaust gas/venting/purging and one will be used for fresh air makeup when venting/purging the chamber. Each of the 3" fittings shall be furnished with an electrically operated air tight valve that shall be capable of being opened and closed from the main control unit and remotely through either of the USB data interface ports. The valves for the control of make up and exhaust air may be located external to the chamber compartment but should be located so that they may be easily replaced in the event of a valve or valve operator malfunction. The 3 inch supply and exhaust lines shall extend out the top of the chamber from the valves and clear the chamber exterior surfaces by at least 6 inches to provide sufficient length for connection to the lab exhaust system. A manual override switch shall be provided for each to permit the opening or closing of each valve. The valves shall be capable of being operated independently. To meet other physical requirements the make up air and exhaust ducting supplied make exit the chamber exterior surfaces horizontally as long as the overall dimensional requirements are met. 26. The chamber shall be designed so that condensation does not form on the exterior surfaces when holding 20F in a 72F 50%RH environment. 27. The interior surfaces in contact with the chamber conditioned air shall be resistant to the following substances that would be introduced into the chamber at the concentrations specified in UL-2034 for the contaminant exposure testing of CO alarms: Methane n-Butane n-Heptane Ethyl Acetate Isopropyl Alcohol Carbon Dioxide Ammonia Ethanol Toulene Trichlorethane Acetone Carbon Monoxide Sulfur Hexafloride (SF6 ) 28.. Chamber will be able to maintain a minimum concentration uniformity of 95% throughout the chamber during continuous injection of between 1000 cc/hr and 400,000 cc/hr carbon monoxide, or SF6. 29. There are no additional mechanical or electrical design requirements for any internal chamber fire suppression, exhaust system filtering, or static or dynamic flow control other than as specified above in order to maintain internal test conditions per UL-2034 requirements. Other Requirements Factory Testing: The unit shall be pressure tested at the factory and certified to leak tightness. Capping of the Swagelok fittings and water sealing of P-traps is permitted. Users/Operation Manual: Two complete users/operation manuals shall be provided with the chamber. Complete schematics of internal wiring shall be provided. Warranty: The unit shall be furnished with a one-year factory warranty, including parts and labor. Service Agreement: A three-year service/maintenance agreement shall be provided with the quote. This agreement shall start at the end of the one-year warranty period. Drawings and Specification Sheet: One complete set of drawings and two operation and maintenance manuals shall be furnished with the unit when shipped. One set of dimensional drawings, cut-sheets, interface information, and details indicating compliance with the technical requirements shall be furnished for review with the quote. An electronic copy of all documentation shall also be provided with the unit when shipped. Shipping Point: Shipping will be FOB Destination to Gaithersburg MD at no additional cost. NOTE: NO SUBSTITUTIONS. NOTE: If any item listed is included, specify "included" beside that listed accessory. For example - 0002 Users/Operation Manual with complete schematics of internal wiring - price included with CLIN 0001 1 1 lot $0.00 NOTE: Shipping shall not be priced separately. Shipping shall be at FOB destination. SHIP TO ADDRESS: U.S. Consumer Product Safety Commission (CPSC) Test Laboratory Division of Mechanical Engineering Directorate for Laboratory Sciences Attn: James C. Hyatt, P.E. 10901 Darnestown Road Gaithersburg, MD 20878 DELIVERY DATE: 150 days after receipt of award. SECTION 508 COMPLIANCE Section 508 of the Rehabilitation Act requires Federal agencies to make their electronic and information technology accessible to people with disabilities. This applies to all Federal agencies when they develop, procure, maintain, or use electronic and information technology. All electronic and information technology (EIT) procured through this task order must meet the applicable accessibility standards specified in 36CFR1194.2, unless an agency exception to this requirement exists. Any agency exceptions applicable to this task order are listed below. The standards define Electronic and Information Technology, in part, as "any equipment or interconnected system or subsystem of equipment that is used in the creation, conversion, or duplication of data or information. The standards define the type of technology covered and set forth provisions that establish a minimum level of accessibility. The application section of the standards (1194.2) outlines the scope and coverage of the standards. The standards cover the full range of electronic and information technologies in the Federal sector, including those used for communication, duplication, computing, storage, presentation, control, transport and production. This includes computers, software, networks, peripherals and other types of electronic office equipment. Applicable Standards, which apply to this acquisition: Section 1194.21: Software Applications and Operating Systems _________. Section 1194.22: Web-based Internet Information and Applications _________. Section 1194.23: Telecommunications Products _______________. Section 1194.25: Self-Contained, Closed Products __x___________. Section 1194.26: Desktop and Portable Computers _____________. Section 1194.31: Functional Performance Criteria ______________. Agency Exceptions, which apply to this acquisition: National Security System _____________ Acquired by a contractor incidental to a contract _________ Located in spaces frequented only by a service personnel for maintenance, repair or occasional monitoring of equipment ____________ Would impose and undue burden on the agency ____________. There are no agency exceptions to Section 508 Compliance. REGISTRATION IN GSA'S ELECTRONIC SYSTEM - ITSS The contractor shall register in ITSS by visiting www.web.itss.gsa.gov/login. The Help Desk number is 1 877 243 2889 - Option 2, should assistance be required. Vendors shall send confirmation of registration in ITSS by email to stephanie.kelly@gsa.gov or derrick.dudley@gsa.gov by March 11, 2010. CONTRACT ADMINISTRATION NCR CO: Stephanie Kelly, Contracting Officer GSA, FAS, AAS 301 7th & D Sts. S.W., Suite 6109 Washington, DC 20407 202-708-7408 Fax: 202-708-0034 stephanie.kelly@gsa.gov NCR CS: Derrick Dudley, Contract Specialist GSA, FAS, AAS 301 7th & D Sts. S.W., Suite 6109 Washington, DC 20407 202-708-6422 Fax: 202-708-0034 derrick.dudley@gsa.gov NCR PM: Martha S. Banks, PMP, COTR GSA, FAS, AAS 301 7th & D Sts. S.W., 6109 Washington, DC 20407 202-205-3339 Fax: 202-708-0034 martha.banks@gsa.gov SUBMISSION OF QUESTIONS AND QUOTE: E-Mail:stephanie.kelly@gsa.gov and derrick.dudley@gsa.gov with any questions or concerns by COB (4:30PM) Friday, March 12, 2010. Quotes shall contain vendor's DUNS and TIN numbers, as well as their GSA Schedule 66 contract number. Price quotes shall be submitted to Stephanie Kelly, Contracting Officer, General Services Administration, FAS, AAS no later than 2:00PM, Thursday, March 25, 2010. Quotes may be emailed to stephanie.kelly@gsa.gov and derrick.dudley@gsa.gov. D. SITE CONDITIONS: During installation, the site shall be maintained as follows: 1) All loose debris, trash or unused materials will be picked up daily and uniformly maintained. 2) Any and all accidents or safety concerns will be reported as soon as possible to the Range Control Officer or Commanding Officer on site. The contractor shall manufacture this unit in compliance with the highest industry standards and best performance standards applicable to this work and with the highest safety considerations that can possibly be used. E. INVOICE ADDRESS: Invoices shall be submitted to the GSA Office of Finance for approval and payment. Please be advised that your company shall be paid in full, Net 30 Days upon submission of a valid invoice to GSA. After delivery, invoices shall be submitted to: General Services Administration Accounts Payable (6BCP) 1500 E. Bannister Rd. Kansas City, MO 64141 INVOICE SUBMISSION The Contractor shall utilize NCR's electronic system to submit invoices provide invoice backup data and invoices shall be sent to: www.it-solutions.gsa.gov and www.finance.gsa.gov INVOICE REQUIREMENTS The Contractor shall submit Requests for Payments in accordance with the format contained in GSAM 552.232-70, INVOICE REQUIREMENTS (SEPT 1999), to be considered proper for payment. In addition, the data elements indicated below shall be included on each invoice. Task Order number: (from GSA Form 300, Block 2) Paying Number: (ACT/DAC NO.) (From GSA Form 300, Block 4) NCR Project No.: NC6100090926 A proper invoice for each delivery order shall be submitted not later than 5 work days after acceptance by the Government of the product, service, and/or cost item. In the absence of Government acceptance within 30 days, the contractor shall submit an invoice. A separate invoice for each delivery order shall be submitted on official company letterhead with detailed costs for each of the following categories: For fixed price tasks, products delivered and accepted, listed by deliverable number, Total invoice amount, and prompt payment discount offered (if applicable) For fixed price tasks, an invoice reflecting amounts that do not exceed the fixed price approved for that deliverable product or service in the task order shall be submitted for those tangible deliverable products or services that have been accepted by the Government. In addition to the above information, the invoice shall include the following minimum task identification: GSA task order number -Accounting Control Transaction (ACT) number (assigned by GSA on the Delivery Order, GSA Form 300, Block 4) -Period of Performance (month services performed for work request task orders, month deliverable completed for fixed price task orders). -Invoice Number -Client name and address The original of each invoice, with supporting documentation, shall be submitted to the GSA Paying Office designated in Block 24 of the GSA Form 300. One additional copy of each invoice, with supporting documentation, shall be submitted to the address as designated in the order. Invoices for final payment must be so identified and submitted when tasks have been completed and no further charges are to be incurred. These close-out invoices, or a written notification that final invoicing has been completed, must be submitted to the ordering agency within 30 days of task order completion. A copy of the written acceptance of task completion must be attached to final invoices. If the contractor requires an extension of the 30 day period, a request with supporting rationale must be received prior to the end of the 30 day period. F. GOVERNMENT CONTACTS: All questions regarding the RFQ should be directed to the GSA Contract Specialist/ Contracting Officer listed below on or before COB Eastern Standard Time, March 12, 2010: FAS Contracting Officer: Stephanie Kelly 202-708-7408 stephanie.kelly@gsa.gov Or FAS Contract Specialist: Derrick Dudley 202-708-6422 derrick.dudley@gsa.gov. The Project Manager responsible for this acquisition is: Ms. Martha Banks 202-205-3339 martha.banks@gsa.gov. G. TERMS AND CONDITIONS - PROVISIONS AT: 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) (http://acquisition.gov/far/current/ html/52_212_213.html) applies to this RFQ. PLEASE SUBMIT QUOTE SHEET (LOCATED AT THE END OF THIS RFQ - See Para. J below) AND ATTACHMENTS AS PRESCRIBED ON QUOTE SHEET. - Provision 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (AUG 2009) applies to this solicitation. Vendors shall complete the on-line representations and certifications at http://orca.bpn.gov prior to the closing date and before submitting a quote in response to this solicitation. - Clause 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (MAR 2009) is hereby incorporated. The following clauses are an addendum to clause 52.212-4, and are hereby incorporated into this solicitation: 52.202-1 DEFINITIONS (JUL 2004) 52.204-6 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (APR 2008) 52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008) 52.232-1 PAYMENTS (APR 1984) 52.232-25 PROMPT PAYMENT (OCT 2008) 52.233-1 DISPUTES (JUL 2002) 52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) (APR 1984) F-FSS-290 DELIVERY HOURS (APR 1984) Where individual items are referenced to this paragraph, the delivery method used shall assure that all delivered items are Newly Manufactured and not remanufactured or refurbished items whatsoever. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (SEP 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (a) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] *______* (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). *______* (2) 52.219-3, Notice of Total HUBZone Set-Aside (JAN 1999) (15 U.S.C. 657a). *______* (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). *______* (4) [Reserved] *__X___* (5) (i) 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) (15 U.S.C. 644). *______* (ii) Alternate I (OCT 1995) of 52.219-6. *______* (iii) Alternate II (MAR 2004) of 52.219-6. *______* (6) (i) 52.219-7, Notice of Partial Small Business Set-Aside (JUN 2003) (15 U.S.C. 644). *______* (ii) Alternate I (OCT 1995) of 52.219-7. *______* (iii) Alternate II (MAR 2004) of 52.219-7. *___ _ _* (7) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d) (2) and (3)). *______* (8) (i) 52.219-9, Small Business Subcontracting Plan (SEP 2008) (15 U.S.C. 637 (d)(4)). *______* (ii) Alternate I (OCT 2001) of 52.219-9. *______* (iii) Alternate II (OCT 2001) of 52.219-9. *______* (9) 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637 (a) (14)). *______* (10) 52.219-16, Liquidated Damages--Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)). *______* (11) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). *______* (ii) Alternate I (JUN 2003) of 52.219-23. *______* (12) 52.219-25, Small Disadvantaged Business Participation Program - ;Disadvantaged Status and Reporting (APR 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). *______* (13) 52.219-26, Small Disadvantaged Business Participation Program - Incentive Subcontracting (OCT 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). *______* (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (MAY 2004). *__X__* (15) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). *_X__* (16) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126). *__X__* (17) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). *__X__* (18) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). *_____* (19) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). *_____* (20) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). *_____* (21) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). *_____* (22) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). *_____*(23) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (MAY 2008) (42 U.S.C. 6962 (c) (3) (A) (ii)). *______* (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962 (i) (2) (C)). *______* (24) 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d). *__ ___* (25) (i) 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act (JUN 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, 109-53 and 109-169). *______* (ii) Alternate I (JAN 2004) of 52.225-3. *______* (iii) Alternate II (JAN 2004) of 52.225-3. *______* (26) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). *___X__* (27) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). *______* (28) Reserved. *______* (29) Reserved. *______* (30) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). *______* (31) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307 (f)). *___X__* (32) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). *______* (33) 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). *______* (34) 52.232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332). *______* (35) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). *______* (36) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). *______* (ii) Alternate I (APR 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] *______* (1) 52.222-41, Service Contract Act of 1965, as Amended (NOV 2007) (41 U.S.C. 351, et seq.). *______* (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). *______* (3) 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). *______* (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (NOV 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. H. METHOD OF EVALUATION: All quotes will be evaluated on the basis established in this combined/synopsis solicitation. Quotes will be evaluated for technical compliance with the specification and time for delivery. Once quotes are considered technically acceptable, the offeror with the lowest price will be considered for award. Vendors are encouraged to offer maximum discounts and concessions to the Federal government. I. BASIS OF AWARD: The Government will evaluate all responses received using the instructions provided and make an award resulting from the Request for Quote (RFQ) to the responsible offeror whose quote conforming to this RFQ will provide the Best Value to the Government in terms of the method of evaluation stated in Section H above. The government may reject any or all quotes if such action is in the public interest; except other than the lowest offer; and waive informalities and minor irregularities in the submitted quotes. J. QUOTE SHEET: PLEASE SUBMIT QUOTE SHEET AND ATTACHMENTS BY: 2:00 PM EST March 25, 2010 to stephanie.kelly@gsa.gov and derrick.dudley@gsa.gov using the following subject line: "Response to RFQ NC6100090926 - CO Alarm Test Chamber for CPSC. Offeror MUST provide a copy of the Warranty Card, operating manuals. If unable to provide a quote, please submit your negative response to this RFQ. All quotes shall be submitted on a SF18 - Request for Quotation, in response to this RFQ and shall include the following information completed in its entirety: NAME OF OFFEROR:__________________________________________________ ADDRESS:________________________________________________________ POINT OF CONTACT: _____________________________________________ TELEPHONE NO: _________________________ FAX: _____________________ EMAIL ADDRESS: __________________________________________________ DELIVERY DAYS/DATE ARO: __ PRICE PER ITEM: $ _______________________ MANUFACTURER: ____________________________ MODEL: _______________ YEAR MANUFACTURED: _______________ All proposed prices shall be fixed prices and maximum discounts and concessions are encouraged. The Federal Government is tax exempt. TAXPAYER IDENTIFICATION NUMBER: DUN & BRADSTREET NUMBER: In order to do business with the Federal Government, a Dun & Bradstreet number is required. For further information please refer to http://www.dnb.com/us - CCR REQUIREMENT - Offeror must be registered on Central Contractor Registration (CCR) before an award can be made to them. If the company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov and attach copy of registration to quote. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) REQUIRED - The Government will award to the vendor whose offer is technically acceptable, meets mandatory requirements and represents the lowest price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e26db258d36f5c7afe14264996750c20)
- Place of Performance
- Address: GSA/NCR/FAS/AAS, 301-7th Street, SW - Room 6109, Washington, District of Columbia, 20407, United States
- Zip Code: 20407
- Zip Code: 20407
- Record
- SN02082855-W 20100306/100304234602-e26db258d36f5c7afe14264996750c20 (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 |