SOLICITATION NOTICE
N -- Combined Synopsis/Solicitation for Laboratory Equipment Relocation Services
- Notice Date
- 2/18/2014
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- HPODUS Environmental Protection AgencyAriel Rios Building1200 Pennsylvania Avenue, N. W.Mail Code: 3803RWashingtonDC20460USA
- ZIP Code
- 00000
- Solicitation Number
- TF-HPOD-14-0001
- Response Due
- 3/7/2014
- Archive Date
- 4/6/2014
- Point of Contact
- Trina Fisher
- E-Mail Address
-
Fisher, Trina
(Fisher.Trina@epa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and under the authority of FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation includes the incorporated provisions and clauses in effect through Federal Acquisition Circular 05-72. The North American Industry Classification System (NAICS) Code for this procurement is 541990 with an SBA size standard of $14 million and this requirement is NOT being conducted as a small business set-aside. The US EPA Office of Air and Radiation (OAR) has a requirement for radiological laboratory equipment relocation services as detailed below. Scope: EPA is consolidating environmental radiological laboratory operations previously conducted at two separate facilities in Las Vegas, Nevada and Montgomery, Alabama to one location. The EPA has a requirement for the instruments and other laboratory equipment from the Las Vegas location to be reassembled and installed at the Montgomery location, the National Analytical Radiation Environmental Laboratory, located at 540 South Morris Avenue. The following items are required to be assembled and installed: 1. Three Canberra Industries Gamma Analyst instrument systems; 2. Two Canberra Industries Gamma Matic sample changer systems; 3. One Oxford/Tennelec series 5 XLB proportional counter system with cart; 4. One Tennelec model LB5100 instrument system without cart; 5. Three 12-chamber Alpha Analyst systems; EPA will move the instruments into the room where they are to be installed and will provide material handling equipment, if necessary, to move items to their final location within the rooms at the laboratory. The scope of services required includes: 1. Unpacking, assembling, and interconnecting all components; 2. Adjusting the mechanical alignment of sample changer components as required; 3. Testing all components and functions as required to verify that all components are functioning properly, and correcting any deficiencies identified. This includes verifying that the automatic sample changer will correctly position all samples in a full sample load. All work is to be performed during the normal working hours of 8 am to 5 pm, Monday through Friday. The Government anticipates issue of a firm-fixed-price (by line item) Purchase Order for this requirement. The exact dollar amount of any and all shipping, handling, insurance and any other fees must be included in the first-fixed price quotation. Basis for Award: The Government will make award to the responsive, responsible firm, on a lowest-price, technically acceptable basis. Offerors must submit a technical approach detailing how they will carry out the tasks for this requirement. This information must include methodology for disassembly, packing and shipping the equipment as well as the reassembly and installation procedures. Any licenses and certifications required for this work must also be provided with the quote. Instructions: FAR 52.212-1 "Instructions to Offerors - Commercial" applies to this acquisition. Offerors are to include a copy of FAR provision 52.212-3 "Offeror Representations and Certifications - Commercial Items" with their response. The following FAR clauses also apply: 52.212-4 "Contract Terms and Conditions - Commercial Items" and 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items", with the clauses cited further in this synopsis as being applicable. The aforementioned provisions and clauses can be accessed electronically at http://acquisition.gov/far/index.html. Prospective sources are reminded that award can only be made to a contractor who is registered in the System for Acquisition Management (www.sam.gov) database with an active Dun & Bradstreet Number. FAR 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items" The following are applicable to this requirement: 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.209-6 Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUL 2013) 52.222-3 Convict Labor (JUN 2003) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer?System for Award Management (JUL 2013) 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment?Requirements (NOV 2007) Quote Submission: Offerors shall submit a technical approach and firm-fixed-price quote for issue of a Purchase Order. Partial quotes will not be accepted for this requirement. Vendors are encouraged to direct any questions by e-mail only to the Contract Specialist, Trina Fisher, at fisher.trina@epa.gov - no telephone inquiries will be accepted - no later than February 26, 2014 at 4:00 PM EST. In addition, the FAR 52.212-3 representations and certifications shall be submitted. Responses are due no later than March 7, 2014 at 4:00 PM EST and should be submitted via email to Trina Fisher at fisher.trina@epa.gov. No late responses will be accepted. No telephone inquiries will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/TF-HPOD-14-0001/listing.html)
- Record
- SN03290471-W 20140220/140218234525-887831e0538ad8e30bb7baf5b3fefc69 (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 |