Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2012 FBO #3955
MODIFICATION

66 -- Preconcentrator/Autosampler System

Notice Date
9/20/2012
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region III, Contracts Branch (3PM10), 1650 Arch Street, Philadelphia, Pennsylvania, 19103-2029
 
ZIP Code
19103-2029
 
Solicitation Number
RFQ-PA-12-00040
 
Archive Date
10/30/2012
 
Point of Contact
Alexandra Rajkowski-Reyes, Phone: 215/814-5217
 
E-Mail Address
rajkowski-reyes.alexandra@epa.gov
(rajkowski-reyes.alexandra@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and 13 as supplemented with additional information included in this notice. This solicitation is issued as a Request for Quotations (RFQ) under solicitation number RFQ-PA-12-00040. Award will be made using Simplified Acquisition Procedures in accordance with FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is 100 percent set aside for small business concerns and only qualified offerors may submit quotes. The associated North American Industrial Classification (NAICS) code is 334516 and the business size standard is 500 employees. TECHNICAL REQUIREMENT One (1) Preconcentrator/Autosampler System (3 stage) w/ LN2 modules installed, a Loop Inj Valve,: diaphragm pump,5m USB Cable, Requires a 4 inlet heated transfer line or a canister autosampler, mini controller w/ KVM switch. *GC TYPE MUST BE SPECIFIED SO CORRECT GC CABLE IS INCLUDED! To be delivered and installed at the EPA Environmental Science Center, Fort Meade, MD. The Preconcentrator/Autosampler System must be able to automate the analysis of VOCs in air samples using Methods TO-14A and TO-15 with the following minimum specifications: It must be flexible in that it can accommodate Summa canisters, tedlar bags, adsorbent traps, bottle samples and large volume static headspace and three autosamplers. There must be three stages to allow for superior water and carbon dioxide management. The sample flow path must contain no solenoids or cold spots. The sample flow path must be made of stainless steel and must be coated with Silonite to maximize recovery and minimize carryover. The system must allow for the automatic addition of matrix spikes and internal standards. It must have the ability to perform automated leak checks and instrument bake-outs. It must be able to analyze solids, liquids and gases and handle sample sizes of 10cc to 1000cc. The system must be able to handle both liquid carbon dioxide and liquid nitrogen for cryofocusing. Installation, travel charges and training must be included in the purchase. Quote Submission Requirements: Quote must include pricing inclusive of installation, training, and any travel charges. The quote shall contain a description of the warranty, the delivery time, and the technical data that supports that the quoted system meets or exceeds the minimum technical requirements. Vendor must complete Provision EPA-2012-5 (found below) and return with quotation. APPLICABLE CLAUSES AND PROVISIONS The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60, August 27, 2012. The following provisions and clauses are hereby incorporated by reference and shall apply to this solicitation and shall apply accordingly to the subsequent award. The provisions and clauses can be found at www.acquisition.gov/far. FAR 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012) - NOTE - This is a total small business set-aside. The NAICS code for this procurement is 334516 with a size standard of 500 employees. FAR 52.212-1, Evaluation - Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: The Government will award a contract resulting from this solicitation to the lowest priced technically acceptable quote conforming to the solicitation. The Government intends to award on an all or none basis. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2012) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2012) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2012) - Note that the following FAR clauses are cited within this clause: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (May 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, and 112-42). (ii) Alternate I (Mar 2012) of 52.225-3. 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). EPAAR 1552.211-79, Compliance with EPA Policies for Information Resources Management. (OCT 2000) EPAAR 1552.233-70, Notice of filing requirements for agency protests. (JUL 1999) Clause EPA-2012-10 -- Unpaid Federal Tax Liability & Felony Criminal Violation Certification (Apr 2012) Provision EPA-2012-5 -- Representation By Corporations Regarding A Felony Conviction Under Federal Law Or Unpaid Federal Tax Liability (Apr 2012) (a) In accordance with Sections 433 and 434, of the Department of the Interior, Environment, and Related Agencies Appropriations Act, 2012 (H.R. 2055; Pub. L. 112-74), none of the funds made available by the Act may be used to enter into a contract with any corporation that: (1) Was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; (2) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror represents that: (1) It is [ ] is not [ ] a corporation that has been convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal law within the preceding 24 months, (2) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (c) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its representation was erroneous when submitted or has become erroneous by reason of changed circumstances. (d) A representation that any of the items in paragraph (b) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, failure of the Offeror to furnish a representation or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (e) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the representation required by paragraph (b) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (f) The representation in paragraph (b) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly provided an erroneous representation, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. THIS REPRESENTATION CONCERNS A MATTER WITHIN THE JURISDICTION OF AN AGENCY OF THE UNITED STATES AND THE MAKING OF A FALSE, FICTITIOUS, OR FRAUDULENT REPRESENTATION MAY RENDER THE MAKER SUBJECT TO PROSECUTION UNDER SECTION 1001, TITLE 18, UNITED STATES CODE. (End of Provision) NOTES TO QUOTERS The following information should be submitted with your quote: 1. Price quotes 2. Technical submission requirements 2. Completed FAR provision 52.212-3. If vendor has completed representations and ceritifcation in SAMS confirmation of representations available through SAMS is acceptable. 3. Complete Provision EPA-2012-5 and return with quote. All questions regarding this solicitation shall be submitted in writing via email to: rajkowski-reyes.alexandra@epa.gov Quotes are due by email to: Alexandra Rajkowski-Reyes at rajkowski-reyes.alexandra@epa.gov on or before 2:00 pm local time (Philadelphia, PA) on September 24, 2012. Only written responses will be accepted. Quoting via E-mail - due to firewalls and security protocols it is recommended that quotes be emailed at least 30 minutes prior to closing. Also please note that zipped files will not pass through our firewalls. Please send quotes via PDF, Word, or WORD PERFECT. If this is a problem please contact the undersigned immediately. Firms are instructed to contact Alexandra Rajkowski-Reyes via email within one business day of submitting their quote to confirm Government receipt of a quote package if they do not receive a previous confirmation of receipt. Due to email and server limitations, please limit the size of each email to no more than 10 MB. If the files size is larger please send files in separate emails. All emails must be received before the closing date and time for the quote to be timely Failure to submit a complete quote by the time and date established may result in the quote not being considered. NOTE: Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of a quote, the quoter acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the quoter does not become registered in the CCR database in a reasonable time as determined by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Quoter. Quoters may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. 269-961-5757. Contracting Office Address: 1650 Arch Street Philadelphia, Pennsylvania 19103-2029 Primary Point of Contact.: Alexandra Rajkowski-Reyes, Contracting Officer rajkowski-reyes.alexandra@epa.gov Phone: 215/814-5217
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/3PM10/RFQ-PA-12-00040/listing.html)
 
Place of Performance
Address: U.S. Environmental Protection Agency, 701 Mapes Road, Fort Meade, Maryland, 20755-5350, United States
Zip Code: 20755-5350
 
Record
SN02892957-W 20120922/120921003242-304dc0109280ee29535cc4ab8c5fc9cb (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.