Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2012 FBO #3886
SOLICITATION NOTICE

52 -- Gas Monitors and Accessories

Notice Date
7/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
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
60-12MR-1860
 
Archive Date
8/10/2012
 
Point of Contact
DEBORAH W WORRELLS, Phone: 304-256-3389
 
E-Mail Address
worrells.deborah@dol.gov
(worrells.deborah@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 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 60-12MR-1860 and is issued as a request for proposals. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. This is a total small business set aside with an associated North American Industrial Classification System (NAICS) code of 334513, Instruments and related products manufacturing for measuring, displaying and controlling industrial process variables with a small business size standard of 500 employees. COST/PRICE SCHEDULE CLIN ITEM DESCRIPTION QTY. UNIT UNIT PRICE TOTAL 001 Drager X-AM without pump with 119 EA $ $ the following gases: O2, CO, CH4 and NO2. Part number 9300004543923 002 Drager leather case for the X-AM 119 EA $ $ without pump. Part number 9304543775 003 Drager bump test station for the 6 EA $ $ without pump. Part number 9308319131 004 Calibration/communication 6 EA $ $ Cradle for Drager bump test Station for the X-AM without pump. Part number 9308318752 005 USB-IR Communciation 6 EA $ $ Cable for Drager test station for the X-AM without pump Part number 9308318752 006 Shipping for all locations 1 LT $ $ Product Specifications Justification: MSHA must be prepared to monitor the working environment of the mines in order to determine if the concentration of harmful or noxious gasses is being effectively controlled by the measures utilized by the mine operator. The unit used to measure these gasses underground must be MSHA approved as intrinsically safe. Daily "bump testing" using a calibration station is required to ensure the unit is properly calibrated. Specifications: Drager X-AM 5000 • Model 9300004543923 with the following gasses: o O2 o CH4 (0-5%) o NO2 o CO • Water and dust proof and remain fully functional even if submersed in water • Resistant to electromagnetic interference • Accommodates a pump attachment with a hose up to 90 feet long to test in confined spaces • Sensors, including O2 have a warranty of at least 3 years • Has the following alarms: o Visual: 360 degrees o Audio: Multi-tone >90dB at 30cm o Vibrating • Operating time greater than 12 hours • Recharging time of less than 4 hours • MSHA approved as intrinsically safe • Able to be "bump tested" using Drager calibration station Physical Characteristics: • Weight 22- - 250 g: 7.8 - 8.8 oz • Dimensions (WXHXD) 48 X130X 44 mm; 1.89 X 5.12 X 1.73 in. Case for X-AM 5000 Model 93045743775 - Leather Case for X-AM 5000 Drager Bump Test Station • Model 9308319131 "bump test" station for X-AM 5000 gas monitor • Used to check warning functions of gas detection instrument • Functions independently, without external power supply Calibration/Communication Cradle Model 9308318752 for use with Drager Bump Test Station USB-IR Communication Cable Model 9308317409 for use with Drager Bump Test Station Shipping/Delivery: See distribution list Required Date: Within 4 weeks of contract award. Distribution of Drager X-AM 5000 Quantity: 20 MSHA District 2 Attn: Thomas Light/ Cynthia Lindberg Paladin Professional Center 631 Excel Drive Suite 100 Mt. Pleasant, PA 15666 Quantity: 53 MSHA District 3 Attn: Bob Cornett / Kimberly Cordwell 604 Cheat Road Morgantown, West Virginia 26508 Quantity: 11 MSHA District 9 Attn: Allyn Davis/JoLynn Fast 2nd Street, Building 25 Denver Federal Center Denver, CO 80225-0367 Quantity: 35 MSHA District 12 Attn: Tim Watkins/Tammy Walker 1301 Airport Rd Beaver WV 25813 Distribution of Drager Bump Test Stations Quantity: 1 MSHA District 2 Attn: Thomas Light/ Cynthia Lindberg Paladin Professional Center 631 Excel Drive Suite 100 Mt. Pleasant, PA 15666 Quantity: 3 MSHA District 3 Attn: Bob Cornett / Kimberly Cordwell 604 Cheat Road Morgantown, West Virginia 26508 Quantity: 2 MSHA District 12 Attn: Tim Watkins/Tammy Walker 1301 Airport Rd Beaver WV 25813 The following provisions and clauses apply to this procurement: - 52.212-1, Instructions to Offerors-Commercial (FEB 2012) 52.211-6 Brand Name or Equal. BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. - 52.212-2, Evaluation-Commercial Items (JAN 1999) applies to this acquisition, with the following addendum to paragraph a: (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: A. Technical Capability 1. Understanding of the Requirement B. Price The non-Price factors combined are significantly more important than Factor B, Price. However, price will become significantly more important as non-price factors approach equality. Offerors are cautioned that the award may not necessarily be made to the lowest price offered. The Government is more concerned with obtaining superior technical features than with making an award at the lowest overall price to the Government. However, the Government will not make an award at a significantly higher overall price to the Government to achieve slightly superior technical features. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for Factor A, and its associated sub-factors. 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. The proposal will be evaluated to determine whether the offeror's methods and approach have adequately and completely considered, defined, and satisfied the requirements specified in the solicitation and whether the offeror's methods and approach to meeting the solicitation requirements provide the Government with a high level of confidence of successful completion within the required schedule. Sub-factor 1: UNDERSTANDING OF THE REQUIREMENT - The Government will evaluate the offeror's understanding of the work to be performed in accordance with the product specifications. The offeror shall submit a proposal that demonstrates its understanding of the work described in the Product specification. PRICE. The offeror shall submit a Cost/Price Schedule with each part having pricing identified. The Government will evaluate offers for award purposes by adding the total of all CLIN prices. Price will be evaluated for completeness and reasonableness using the techniques in FAR 15.404-1(b) (2). Price will become significantly more important as technical ratings approach equality. No adjectival ratings will be used to evaluate Price. Adjectival Ratings. Proposals will be adjectivally rated against each of the evaluation factors set forth in this plan and in the solicitation. Adjectival ratings for Factors I, Technical (See Table 1). No adjectival ratings will be used to evaluate Factor II, Price. Adjectival Ratings. The following adjectival ratings will be used: Factor A- Technical, will be rated using the following Adjectival Scale ADJECTIVAL DEFINITION Good A proposal that satisfies all of the Government's requirements with adequate detail to indicate feasibility of the approach and shows an understanding of the problems and offers some significant strengths or numerous minor strengths, which are not offset by weaknesses, with an overall low to moderate degree of risk in meeting the Government's requirements. Acceptable A proposal that satisfies all of the Government's requirements with minimal detail to indicate feasibility of the approach and shows a minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Government's requirements. Unacceptable A proposal that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the proposal. Table 1 - 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 2012) Offerors must include a completed copy of the provision at 52.212-3 with its offer. - 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012) - 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAR 2012). in paragraph (b) the following clauses apply; 52.204-10, 52.219-6, 52.219-28, 52.222-3, 52.223-18, 52.222-21, 52.222-26, 52.222-36, 52.225-1, 52.225-13, 52.232-33. The FAR may be obtained via the Internet at http://www.acquisition.gov/far/ Offeror must be registered in the Central Contractor Registration (CCR) database and ORCA database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. If the offeror is not registered in ORCA, it may do so through the ORCA website at https://orca.bpn.gov/. Registration in both CCR and ORCA is free. The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. Questions regarding this requirement are to be sent to Worrells.deborah@dol.gov no later than July 18, 2012 at 4:00 p.m. EST. No phone calls will be accepted. Answers to all questions received by this deadline will be posted on FedBizOpps in sufficient time for proposals to be submitted. Any questions received after this deadline will only be answered if time permits. All attachments must be in a PDF format or a format compatible with Microsoft Office 2003. All CLINS must be quoted for the proposal to be considered. All equivalents offered must include product specifications. Proposals are due to Contracting Officer Deborah Worrells by July 26, 2012 at 4:00 pm EST. Proposals shall be sent to Deborah Worrells, Contracting Officer, US Department of Labor, Mine Safety & Health Administration, 1301 Airport Road, Beaver, WV, 25813. The preferred method of submission is via e-mail to Worrells.deborah@dol.gov. Please indicate Solicitation Number in subject of email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/BeacerWV/60-12MR-1860 /listing.html)
 
Place of Performance
Address: 1100 Wilson Boulevard, Arlington, Virginia, 22209, United States
Zip Code: 22209
 
Record
SN02802526-W 20120715/120713235217-d677210f986ba6046fb3a765e02deee2 (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.