Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2013 FBO #4275
SOLICITATION NOTICE

58 -- Dosimeters and microphones - Docimeters and Microphones

Notice Date
8/6/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Division (VA), 1100 Wilson Boulevard, Room 2133, Arlington, Virginia, 22209-3939
 
ZIP Code
22209-3939
 
Solicitation Number
60-13MR-2143R
 
Archive Date
8/24/2013
 
Point of Contact
Charles Pierce Strickland, Phone: 2026939836
 
E-Mail Address
strickland.charles@dol.gov
(strickland.charles@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
Product Specification Product Specification Brand Name Justification signed 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 60-13MR-2143 and is issued as a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-56. This is not a small business set aside with an associated North American Industrial Classification System (NAICS) code of 334519, Other Measuring and Controlling Device Manufacturing with a small business size standard of 500 employees. This combine synopsis/solicitation is being synopsized on an unrestricted basis. The following brand name item is : Contract Line Item No. 1 MSHA must be prepared to monitor the working environment of the mines in order to determine if the noise levels are being effectively controlled by the measures utilized by the mine operator. The only means to accomplish the task of monitoring in this harsh environment is through the use of dosimeters. MSHA plans to purchase Quest Edge eg5 Dosimeters for this purpose. 5-Pack Quest Edge 5 Dosimeter/Calibrator Kit Quest Part # 5EG5-D-10 Specifications: Microphone: ¼ inch prepolarized condenser field replaceable microphone Measuring range: 70dB-140dB Wind Screen: foam attached to threaded mount Cordless Independent thresholds selectable from 70dB to 90dB or none Independent exchange rate 3dB, 4dB or 5dB Independent criterion levels fro m70dB to 90dB in 1dB increments RMS Range: 70dB to 140dB RMS Weighting: A or C RMS Time Response: Fast or Slow Frequency Weighting: A,C,Z Peak Range; 110dB to 143dB Peak Weighting: Selectable A, C or Z Data Logging: LAvg or LEQ, Max, Peak and Overload indications at one minute intervals Battery: Lithium Polymer Battery Charge; Quick Charge - 2-4 hours Memory Capacity: 180 hours Physical Characteristics: Weight: 3 ounces Size: 3.5" long by 2.1" wide by.75" thick Standards: ANSI S1.25 Personal Noise Dosimeter IEC61252 Personal Sound Exposure Meters Intrinsic safety: MSHA Approved for intrinsic Safety Shipping/Delivery: Please referred to requisition Required Date: Within 4 weeks of contract award. Contract Line Item No. 2 Justification: This action is for the purchase of replacement microphones for CMS&H dosimeters. Microphone replacements will be purchased for the following types of dosimeters: Noise Pro, and Edge. These microphones must be Quest microphones in order to maintain the MSHA approval. Specifications: Quest Noise Pro Microphone • Quest Part # 53-867 • Field replaceable for use with Quest Noise Pro Dosimeter • Type 2 Pendant Microphone • 8.5 mm O.D. shoulder-mounted microphone Quest Edge Microphone • Quest Part # 57-309 • ¼" microphone for use with the Quest Edge Dosimeter Shipping/Delivery: Unit to be shipped to: Anthony S. Argirakis Acoustical Calibration Laboratory 626 Cochran's Mill Road PO Box 18233 Pittsburgh, PA 15236 Required Date: As soon as possible. Please ship when product is available, even if it results in multiple shipments. All CLINS are to be priced in accordance with the Product Specifications. Please direct questions regarding this RFQ to Strickland.Charles@dol.gov Shipping shall be provided by the supplier (FOB: Destination) Required approvals/compliances: N/A Period of Performance: Delivery of units to be within 4-6 weeks after receipt of order. The following provisions and clauses apply to this acquisition: The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructions to Offerors-Commercial, which is incorporated by reference. FAR 52.212-4 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JULY 2010), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference:,FAR 52.204-99;; FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, ; FAR 52.222-36, ; FAR 52.223-18; FAR 52.225-1, FAR 52.225-2; FAR 52.225-3, FAR 52.225-4 ALT II; FAR 52.225-13;and FAR 52.232-33 The following are applicable clauses not incorporated by reference A.FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) The contracting officer shall insert the following clause in all solicitations and resultant contracts. PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION) (AUG 2012) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. a. Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. b. Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. c. The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. B. INVOICING PROCEDURES: An original invoice shall be prepared and submitted to the Department of Labor (DOL) by email to: DOL-MSHA@quickpay.dol.gov 1). Electronic PDF/TIFF Invoice Submittal In an effort to support the eCommerce initiative and expedite vendor payment processing, the DOL requires invoices to be submitted electronically. The contractor shall: a. Address the invoice to the appropriate e-mail address specified above. b. Submit the invoice via attachment in PDF or TIFF format. c. Submit only one invoice per electronic submittal. d. Enter specific information in the subject line of the e-mail in the following format: <Contractor Name>, MSHA, <Contract Number, BPA Call or Order Number>, Invoice Number, <Invoice Amount> Example: ABC Co, MSHA, DOL00-00-X0000/X0000, Invoice Number AB-1298433, $15,000.00. e. Submit a copy of the email with the attached invoice to the contracting officer's representative (COR) at the COR email address specified in the contract. f. Wait for either a success or failure e-mail response, regarding the invoice e-mail, before sending in another e-mail with the same invoice attachment. The contractor MUST NOT: a. Submit an invoice that exceeds the size limit of 16 megabytes (approximately 400-500 pages). However, if the invoice exceeds this limit, a summary invoice attachment of less than 16 megabytes should be e-mailed to the payment e-mail address above; while the detailed invoice, including any supplemental information, shall be sent to the COR or other representative at the address (specified in paragraph 2 below). b. Submit an invoice that is heavy in shading or color. 1. An e-mailed PDF image cannot have any text that has a background with any color other than white. If the image has a shaded background, it will be converted to black, and the text will be illegible. 2. An emailed TIFF image must be black and white. c. Submit more than one attachment as subsequent attachments will not be recognized. d. Submit more than one invoice in a single attachment. General Information Payment due dates will be calculated only from the date that invoices are received in the electronic invoicing e-mail box and determined to be proper invoices. Inquiries regarding invoices should be e-mailed to MSHAInvoiceInquires@dol.gov. The relevant invoice must be attached to the inquiry e-mail and the subject line of the e-mail must state "INQUIRY," followed by the information described in paragraph 1).d. above. Example: INQUIRY: <Contractor Name>, MSHA, <Contract Number, BPA Call or Order Number>, Invoice Number, <Invoice Amount> Do NOT use the electronic invoicing e-mail address for inquiries about the invoice. 2). Paper Invoices submitted via fax or U.S. mail Paper invoices should only be faxed or mailed when electronic email cannot be accomplished due to size limitations described above. When invoices must be faxed due to e-mail size limitations, fax them to: [MSHA Finance at 303-231-5597 When paper invoices must be mailed due to e-mail size limitations, mail them to the following address: MSHA Finance PO Box 25367, DFC Denver, CO 80225-0367 Class Deviation- 2012-O0015, System for Award Management (SAM). This clause deviation is effective on Aug 21, 2012, and remains in effect until rescinded. C 52.204-99 -- System for Award Management Registration (DEVIATION) Except for awards where the Govemmentwide purchase card (GPC) is used as the method of payment, contracting officers shall include the attached clause 52.204-99, System for Award Management Registration, in lieu of FAR clause 52.204-7, Central Contractor Registration, and DF ARS 252.204-7004, Alternate A, Central Contractor Registration. System for Award Management Registration (August 2012) (DEVIATION) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN Attachment, Page 1 of 4 validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b) (1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g) (1) (i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g) (1) (i) of this clause, or fails to perform the agreement at paragraph (g) (1) (i) (C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. The FAR may be obtained via the Internet at http://www.acquisition.gov/far/ The Government will award a contract resulting from the lowest price technically acceptable request to the responsible offeror whose quotation conforms to the request specifications as requested in this combined synopsis solicitation. Offerors are required to be registered via the SAM website at https://www.sam.gov/portal/public/SAM/. It is the offeror's responsibility to monitor the internet site for the release of solicitation amendments (if any). Quotes must be received by Charles Strickland, no later than 4:00PM (EST) on August 09, 2013. Quotes will be accepted via email to Strickland.Charles@dol.gov. Quotes must remain valid for a period of 45 days after the close of this combined synopsis/solicitation. All questions on this requirement must be submitted in writing via email to the Contract Specialist by August 08, 2013 at 10:00AM (EST). Phone calls will not be accepted. Shipping/Delivery: Please see above. Shipping shall be provided by the supplier.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/ArlingtonVA/60-13MR-2143R/listing.html)
 
Place of Performance
Address: Department of Labor, Mine Safety and Health Administration (MSHA), Coal Mine Safety and Health, 1100 Wilson Blvd., Arlington, VA 22209, Arlington, Virginia, 22209, United States
Zip Code: 22209
 
Record
SN03138676-W 20130808/130806235654-12be0be5e9201f06fc0656c99d1313e2 (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.