MODIFICATION
52 -- Air Sampling Pumps
- Notice Date
- 8/7/2012
- Notice Type
- Modification/Amendment
- 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
- MNM1098-1006
- Archive Date
- 9/1/2012
- 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 MNM1098-1006 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 2005-60. 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 Gilair Plus STP Five Pump 32 5 Pk $ $ Kit. Part number 910-0906-US-R 002 Gilair Plus Basic Five Pump 10 5 Pk $ $ Kit. Part number 910-0904-US-R 003 Shipping for Items 1 and 2 1 LT $ $ 004 Gilair 5 R Air Sampling Pump 15 5 Pk $ $ 5 pack with universal 5-Unit 120 V-Basic NiMH. Sensidyne Part Number 800883-171-1205 005 Shipping for Item 4 1 LT $ $ Product Specifications For: Universal Air Sampling Pumps Justification: MNM sampling must be for full shift exposures which often extend to 12 hours or more. As such, the pumps must have operating characteristics that will ensure more than 12 hours of operation for pre and post calibration as well as "warm-up" time periods. Most pump models do not have this range of operation. The existing pumps are very old and replacement with reliable and more accurate sampling equipment is a priority for all MNM Districts. Specifications: Must be approved as intrinsic safety for use in mines Has constant flow of 20 - 5,000 cc/min Must display flow rate, sample time, and sample volume in actual conditions Pump must be able to automatically performs restart to recover from temporary fault conditions Compact size less than 22 ounces Battery life capable of sampling for at least 12 hours Environmental: operates within tolerance at the following environmental factors: Temperature 32°F to 113°F Operating -4°F to 113°F Storage 41°F to 104°F Charging Relative Humidity: 5-95 %RH, non-condensing At least one year manufacturer warranty on all parts Provide in air sampling kit the following items: • five GilAir Plus sampling pumps • one five-station charging dock with power adapter • five filter cassette holders, • five charcoal tube holders, and • an user manual on CD-ROM Shipping/Delivery: Refer to requisition. Pumps will be sent to four different locations. Required Date: Within 4 weeks of contract award LOCATION QUANTITY ITEM 1 U.S. Department of Labor, MSHA 11 MNM - Northeast District Office Attn: Louise Santoro 178 Thorn Hill Road, Suite 100 Warrendale, PA 15086-7573 U.S. Department of Labor, MSHA 5 MNM - Southeast District Office Attn: Michael Giddens 135 Gemini Circle, Suite 212 Birmingham, AL 35209 U.S. Department of Labor, MSHA 16 MNM - North Central District Office Attn: Mary Mikulich Federal Building, U.S. Courthouse 515 W. 1st Street, #333 Duluth, MN 55802-1302 Total 36 MODIFICATION ISSUED TO CORRECT QUANTITY FROM 36 TO 32. ITEM 2 U.S. Department of Labor, MSHA 10 MNM - South Central District Office Attn: Sherry Wood 1100 Commerce Street, Room 462 Dallas, TX 75242-0499 ITEM 4 U.S. Department of Labor, MSHA 15 MNM - Rocky Mountain District 6th and Kipling, DFC, Bldg. 25, E-16 Denver, CO 80225 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 - including the following elements: a. NIOSH approved - Any offerings will be eliminated from further consideration if the unit is not NIOSH approved. b. MSHA approved for intrinsically safe - Any offering will be eliminated from further consideration if the unit is not NIOSH approved. c. RFI/EMI shielded to comply with EN 55022, EN 50082-1, and FCC Part 15 Class B d. 5 to 3000 - 5000 ml/min constant flow range with + 5% accuracy e. Battery life capable of sampling for at least 14-16 hours at 1.7 liters per minute using a 37-mm diameter, PVC filter with 5 - micron pore siz3 f. Physical dimensions and Weight- Compact size less than 25 ounces g Supplied in five pump set with: • Multi pump battery charger for units with rechargeable batteries • In Pelican case or equivalent and • Screw driver sets h Breathing time (units submitted for consideration must be able to provide at a minimum 60 minutes of breathing time) Automatic fault shutdown with time retention i. Environmental: operates within tolerance at the following environmental factors: Temperature -10°C to +50°C Operating -20°C to +60°C Storage Relative Humidity: Up to 95% RH Automatic fault shutdown with time retention j. Belt wearable k. At least one year manufacturer warranty for sampling pump and charge 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 complete Schedule B (Cost/Price Schedule). 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 Outstanding A proposal that satisfies all of the Government's requirements with extensive detail to indicate feasibility of the approach and shows a thorough understanding of the problems and offers numerous significant strengths, which are not offset by weaknesses, with an overall low degree of risk in meeting the Government's requirements. 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 August 10, 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 August 17, 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/MNM1098-1006/listing.html)
- Place of Performance
- Address: 1100 Wilson Boulevard, Arlington, Virginia, 22202, United States
- Zip Code: 22202
- Zip Code: 22202
- Record
- SN02830550-W 20120809/120808001510-a9d3c50a256ab0ee3939b18945f8aa3b (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 |