SOLICITATION NOTICE
66 -- LUDLUM MEASUREMENTS, INC. INSTRUMENTS - BRAND NAME JUSTIFICATION
- Notice Date
- 8/1/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument 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
- 57-12MR-1109
- Archive Date
- 9/1/2012
- Point of Contact
- Julie A Wyandt, Phone: 304-256-3285
- E-Mail Address
-
wyandt.julie@dol.gov
(wyandt.julie@dol.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- REDACTED BRAND NAME JUSTIFICATION 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. See restrictions below for brand name only. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 57-12MR-1109 and shall be referenced on all quotes and 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) 2005-60. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing, with a small business size standard of 500 employees or less. This requirement is a total small business set-aside and only qualified Offerors will be considered. The following brand name only items are being sought : Line 1 : BRAND NAME ONLY : Quantity 10, Ludlum Radon Sampling Equipment - Model 43-9 Alpha Sample Counter Head ; P/N 47-1525 Line 2 : BRAND NAME ONLY : Quantity 10, Ludlum Radon Sampling Equipment - Model 2000 Scaler ; P/N 48-1648 Line 3 : BRAND NAME or Equivalent : Quantity 2, Storm carrying cases for radon equipment - Model L ; P/N 2311064 Line 4 : BRAND NAME or Equivalent : Quantity 7, Airmold carry case for the radon equipment - Model L ; P/N 2310330 Line 5 : BRAND NAME ONLY : Quantity 1, Ludlum Model 3 survey meter (General Purpose Ratemeter) ; P/N 48-1605 Line 6 : BRAND NAME ONLY : Quantity 1, Ludlum Model 44-6 Thin Wall GM Detector ; P/N 47-1535 Line 7 : Quantity 2, Connecting Cable - C straight (39" or 5' long) ; P/N 40-1004 Line 8 : Quantity 1, Mechanical Type Check Source Holder ; Model CHKHLD ; P/N L4062-166 Line 9 ; BRAND NAME ONLY : Quantity 1, Check source Cs-137 - Model L ; P/N 01-5196 Line 10 : Shipping/handling with inside delivery - see attached distribution list for three separate shipping locations PRODUCT SPECIFICATIONS : a. Justification : Since metal and nonmetal mines encompass a wide variety of environmental conditions, our inspectors must utilize a sampling plan which addresses potential health hazards at each mine. One of those potential hazards is ionizing radiation which can be found in ore or uranium mines, the surrounding rock, and nuclear gauges that monitor the flow of materials. As a result MSHA's regulations found in 30 CFR § 57.5037(a) requires at least one sample shall be taken in exhaust mine air to determine if concentration of radon is present at non-uranium mines. At uranium mines, inspectors must sample all active work areas for radon and its decay products four times annually or whenever a regular inspection is conducted. The equipment being requested is outlined in the MNM Health Procedure Inspection Handbook as ionizing radiation sampling instruments that inspectors are required to use to make these inspections. Results of inspections are used to modify control measures to ensure that miners are not exposed to radiation levels above those in 30 CFR 57.5037. b. Specification: Key specifications for the Alpha Sample Counter - Model 43-9 - (line item 1) Must be intrinsically safe for use in underground mines Must worked with Ludlum Model 2000 scaler Voltage must operated between 500-1200 Lightweight 2 lbs or less Efficiency level 30% of 230th Environmental: Operates within tolerance at the following environmental factors: Temperature-20 to 50 °C (-4 to 122 °F) Operating Key specifications for a general purpose scaler - Model 2000 - (line item 2) Must be intrinsically safe for use in underground mines Must be battery power with typical life of 120 hours Voltage sensitive must be fully compatible with all types of detectors, including air proportional, GM, and scintillation+ Scaler must go up to six-digit and have LED readout Must have timer accuracy of ±0.2% Scaler Accuracy level within 2% of reference value Key specifications for case - (line item 3)_ Rugged Construction, but lightweight Padlockable Hasps Soft-grip Handles Press & Pull Latches Airtight, Watertight and Corrosion proof Protective Foam Insert Key specifications for airmold case - Model L-2310330 - (line item 4) Rugged Construction, but lightweight Heavy-duty metal latches Double-wall lid construction Pin Hinges Protective Foam pad inserts Airtight, Watertight and Corrosion proof Key specifications for a general purpose survey - Model 3 - (line item 5) Must be intrinsically safe for use in underground mines Meter typed must be analog and battery powered Lightweight 4 lbs or less Voltage must operated between 400 - 1500 Built in speaker with ON/OFF switch at least 60 dB at 2 feet Environmental: Operates within tolerance at the following environmental factors: Temperature -4°F to 122°F (-20°C to 50°C) c. Shipping/Delivery: Please see below shipping distribution list with different quantities being shipped to three separate locations with contact name and phone number for each location for shipping/handling charges with inside delivery included. d. Required Date: Within 4 weeks of contract award. e. Required approvals/compliances: None. f. Period of performance : Inside delivery of units within 4 weeks of contract award. DISTRIBUTION LIST FOR RADON SAMPLING EQUIPMENT ITEMS 1 AND 2 MSHA, Metal and Nonmetal Mine Safety & Health Northeast District Office 2 each ATTN: Carolyn Rolewski Thornhill Industrial Parkway 178 Thorn Hill Road, Suite 100 Warrendal, PA 15086-7573 (724) 772-2334 MSHA, Metal and Nonmetal Mine Safety & Health Rocky Mountain District Office 1 each ATTN: Jane Route Denver Federal Center 6th and Kipling 2nd Street, Building 25, E-16 Denver, CO 80225 (303) 231-5465 MSHA, Metal and Nonmetal Mine Safety & Health Western District Office 7 each ATTN: Marianne Boyer 991 Nut Tree Road Vacaville, CA 95687-6696 (707) 447-7864 ITEM 3 MSHA, Metal and Nonmetal Mine Safety & Health Northeast District ATTN: Louise Santoro 178 Thorn Hill Road, Suite 100 Warrendale, PA 15086-7573 (724) 772-2334 ITEM 4 MSHA, Metal and Nonmetal Mine Safety & Health Western District Office ATTN: Marianne Boyer 991 Nut Tree Road Vacaville, CA 95687-6696 (707) 447-7864 ITEMS 5, 6, 7, 8, & 9 MSHA, Metal and Nonmetal Mine Safety & Health Rocky Mountain District Office ATTN: Jane Route Denver Federal Center 6th and Kipling 2nd Street, Building 25, E-16 Denver, CO 80225 (303) 231-5465 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  52.211-5, 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  52.219-6, Notice of Total Small Business Set-Aside  52.222-36, Affirmative Action for Workers with Disabilities  52.222-37, Employment Reports for Veterans  52.222-50, Combating Trafficking in Persons  52.225-13, 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  52.243-1, 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 ° 52.232-99, Providing Accelerated Payments to Small Business Subcontractors (DEVIATION) 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) 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. The Government reserves the right to award without discussions; therefore, it is critical that each quote be fully responsive. 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. All quotes from responsible sources will be considered. EVALUATION SUMMARY: FACTOR I. - ADHERENCE TO PRODUCT SPECIFICATION-The Offeror shall submit evidence that acknowledges the features and specifications identified in the Product Specification to allow the Government to make a sufficient determination that the Offeror is capable of delivering the required items as requested. The Government will evaluate the Offeror's specifications 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 for the lowest price technically acceptable. 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. 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 are free. Questions regarding this requirement are to be sent to Wyandt.Julie@dol.gov no later than Friday, August 10, 2012 at 3:00 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. Quotes must be received by Julie Wyandt, Purchasing Agent, no later than 3:00 PM (EST) on Friday, August 17, 2012. Quotes will be accepted by e-mail at Wyandt.julie@dol.gov. Quotes must be submitted in a format compatible with Microsoft Office 2007 or Adobe and remain valid for a period of 45 days after the close of this combined synopsis/solicitation. Pricing must be sent as a separate file.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/BeacerWV/57-12MR-1109/listing.html)
- Place of Performance
- Address: 1301 AIRPORT ROAD, BEAVER, West Virginia, 25813, United States
- Zip Code: 25813
- Zip Code: 25813
- Record
- SN02823070-W 20120803/120801235855-7a0c74eb373eac5199c80516fc9cbd60 (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 |