SOLICITATION NOTICE
99 -- Mine Refuge Chamber
- Notice Date
- 7/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333131
— Mining Machinery and Equipment Manufacturing
- Contracting Office
- Department of Labor, Mine Safety and Health Administration, Acquisition Management Branch (WV), 1301 Airport Road, Beaver, West Virginia, 25813-9426
- ZIP Code
- 25813-9426
- Solicitation Number
- 483-12MR-6766-1
- Archive Date
- 8/4/2012
- Point of Contact
- BRANDI M BRINSON, Phone: 304-256-3104
- E-Mail Address
-
brinson.brandi@dol.gov
(brinson.brandi@dol.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 483-12MR-6766-1 and it is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 333131, Mining Machinery and Equipment Manufacturing. This requirement is a total small business set aside with a small business size standard of 500 employees or less and only qualified Offerors will be considered. The following brand name or equivalent items are being sought: CONTRACT LINE ITEM NUMBER (CLIN)/DESCRIPTION/QUANTITY/UNIT 0001/Manufactured Mine Refuge Chamber/1/EA 0002/Shipping and Delivery/1/JA (Job) All CLINS are to be priced in accordance with the Product Specification. PRODUCT SPECIFICATION: For: National Mine Health and Safety Academy Mine Simulation Laboratory Justification: A refuge alternative is needed at the National Mine Health and Safety Academy in order to enable enhanced training for Journeyman Inspectors and Entry Level Inspectors there is a need for a Training Model version of a Part 75.1506 of 30 CFR compliant manufactured Refuge Alternative at the Mine Simulation Lab at the National Mine Safety and Health Academy. A Training Model of a Part 75.1506 compliant manufactured Refuge Alternative would allow for "Hands-On" training pertaining to Part 75. 1506 of 30 CFR regulations associated with the installation of and inspection of the Refuge Alternative. The presence of a Part 75.1506 compliant manufactured Refuge Alternative could be included as a part of Mine Emergency training scenarios conducted at the Mine Simulation Lab. Specifications: 1: General CFR Specifications • Prefabricated self-contained units, including the structural, breathable air, air monitoring, and harmful gas removal components of the unit, shall be approved under 30 CFR part 7; and • Prefabricated refuge alternative structures that states have approved and those that MSHA has accepted in approved Emergency Response Plans (ERPs) that are in service prior to March 2, 2009 are permitted until December 31, 2018, or until replaced, whichever comes first. Breathable air, air-monitoring, and harmful gas removal components of either a prefabricated self-contained unit or a unit consisting of 15 psi stoppings constructed prior to an event in a secure space and an isolated atmosphere that states have approved and those that MSHA has accepted in approved ERPs that are in use prior to March 2, 2009 are permitted until December 31, 2013, or until replaced, whichever comes first. Refuge alternatives consisting of materials pre- positioned for miners to deploy in a secure space with an isolated atmosphere that MSHA has accepted in approved ERPs that are in use prior to March 2, 2009 are permitted until December 31, 2018, or until replaced, whichever comes first. • Refuge alternatives shall provide at least 15 square feet of floor space per person and 30 to 60 cubic feet of volume per person according to the following chart. The airlock can be included in the space and volume if waste is disposed outside the refuge alternative. • Refuge alternatives shall contain a fire extinguisher that-- (1) Meets the requirements for portable fire extinguishers used in underground coal mines under this part; (2) Is appropriate for extinguishing fires involving the chemicals used for harmful gas removal; and (3) Uses a low-toxicity extinguishing agent that does not produce a hazardous by-product when activated 2. Specific Specifications: Airtight Chamber • Capacity for up to 35 people • Airlock for Secure Chamber Entry • Deploys in 3 Minutes or less Long Term Oxygen Supply • 96 hours • No electrical power required Mobile • Skid mounted storage container • Scoop bucket Transported Tent Material • Flame Retardant • Tear & puncture resistant Monitors • Oxygen • Carbon Monoxide • Integral alarms • Outside air sampling for Carbon Dioxide, Carbon Monoxide, Methane & Oxygen • Training Module if available Shipping/Delivery: Unit to be shipped to: National Mine Health and Safety Academy Attn: Mack Wright 1301 Airport Rd Beaver, WV 25813 To be delivered to the Mine Simulation Laboratory. Shipping shall be FOB: DEST and provided by the supplier. Required Date: Within 2 weeks of contract award. Prefabricated refuge alternative structures that states have approved and those that MSHA has accepted in approved Emergency Response Plans (ERPs) that are in service prior to March 2, 2009 are permitted until December 31, 2018, or until replaced, whichever comes first PERIOD OF PERFORMANCE: Delivery to be completed within 2 weeks of contract award. PLACE OF PERFORMANCE: National Mine Health and Safety Academy Mine Simulation Laboratory 1301 Airport Rd Beaver, WV 25813 The following provisions and clauses apply to this acquisition: FAR 52.202-1, Definitions; 52.203-5, Covenant Against Contingent Fees; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.203-7, Anti-Kickback Procedures; 52.204-6, Data Universal Numbering System (DUNS) Number; 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.211-5, Material Requirements; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors-Commercial; 52.212-2, Evaluation-Commercial Items (See Addenda below); 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.216-24, Limitation of Government Liability; 52.216-25, Contract Definitization; Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports for Veterans; 52.222-41, Combating Trafficking in Persons; 52.222-5, Restrictions on Certain Foreign Purchases; 52.225-18, Place of Manufacture; 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 52.232-1, Payments; 52.233-1, Disputes, Alternate I; 52.233-2, Service of Protest; 52.233-3, Protest after Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.243-1, Changes-Fixed Price; 52.244-6, Subcontracts for Commercial Items; 52.247-34, F.o.B. Destination. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items also applies to this acquisition to include 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.219-6 Notice of Total Small Business Set-Aside Addenda to 52.212-2, Evaluation-Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: i) Adherence to Product Specification ii) Price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government will award a single Firm Fixed Price contract based on the Offeror whose quote, conforming to the specifications named in the Product Specification, will be the lowest price technically acceptable. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for Factor I, (Adherence to Product Specification). The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror's initial offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. EVALUATION SUMMARY: FACTOR I. - ADHERENCE TO PRODUCT SPECIFICATION-The Offeror shall submit evidence that acknowledges the features and tasks identified in the Product Specification to allow the Government to make a sufficient determination that the Offeror is capable of delivering the required items and performing the work. The Government will evaluate the Offeror's understanding of the work to be performed in accordance with the information outlined in the Product Specification. FACTOR II. - PRICE - The Government will evaluate offers for award purposes by adding the total of all CLIN prices, including all options to ensure that pricing is not unbalanced. Price will be evaluated for completeness and reasonableness using the techniques in FAR 15.404-1(b) (2). No adjectival ratings will be used to evaluate Price. The Offeror shall provide a document outlining their pricing using the contract line items listed above. Pricing must be provided separately from your proposal. ADJECTIVAL RATINGS: Quotes will be adjectivally rated against each of the evaluation factors set forth in this solicitation. Adjectival ratings for Factor I, Adherence to Product Specification follows. No adjectival ratings will be used to evaluate Factor II, Price. Factor I- Adherence to Product Specification will be rated using the following Adjectival Scale: Acceptable-The proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes strengths which significantly outweigh the weaknesses. The risk of unsuccessful performance is at least moderate, as the proposal solutions are feasible and practical. These solutions are further considered to reflect moderate risk in that they are clear and precise, fully supported, and demonstrate an understanding of the requirement. Unacceptable- The proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has numerous weaknesses which outweigh the strengths. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions are further considered to reflect very high risk in that they lack clarity or precision, are unsupported, and do not demonstrate a complete understanding of the requirement. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with your offer. Quotes must be received by Brandi Brinson, Contract Specialist, no later than 3:00 PM (EST) on July 20, 2012. Quotes will be accepted by e-mail at brinson.brandi@dol.gov. Quotes must be submitted in a format compatible with Microsoft Office 2010 or Adobe and valid for a period of 45 days after the close of this combined synopsis/solicitation. Pricing must be sent as a separate file. All questions on this requirement must be submitted in writing via e-mail to the Contract Specialist by July 12, 2012 at 2:00 PM (EST). Phone calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/BeacerWV/483-12MR-6766-1/listing.html)
- Place of Performance
- Address: 1301 Airport Road, Beaver, West Virginia, 25813, United States
- Zip Code: 25813
- Zip Code: 25813
- Record
- SN02795991-W 20120708/120706234710-4ca29f2d5bb8ad7755f1e0beb599cdc1 (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 |