SOLICITATION NOTICE
66 -- NOy Analyzer - SF18
- Notice Date
- 8/8/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management (OAM), RTP Procurement Operations Division (RTPPOD), 4930 Old Page Road, Research Triangle Park, North Carolina, 27703, United States
- ZIP Code
- 27703
- Solicitation Number
- RFQ-RT-16-00058
- Archive Date
- 9/7/2016
- Point of Contact
- Stephen Cannon,
- E-Mail Address
-
cannon.stephen@epa.gov
(cannon.stephen@epa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SF18 This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 'Streamlined Procedures for Evaluation and solicitation for commercial Items,' as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-RT-16-00058 and the solicitation is issued as a Request for Quotes (RFQ). The U.S. Environmental Protection Agency intends to solicit and award a firm-fixed price purchase order under Federal Acquisition Regulation (FAR) 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2015-89 July 14, 2016. All responses from responsible small businesses will be fully considered. 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 1000 employees. Vendors shall provide a price for each contract line item number and an overall total price in their quote. Quotes with quantities of more or less than requested or products other than those requested shall be rated technically unacceptable. Only new equipment is being solicited. Remanufactured or refurbished equipment, as defined in FAR 11.001, is technically unacceptable. Trade-in or exchange of old equipment is not available. This requirement is reserved for small business firms and only qualified offerors may submit quotes. Based on the market research performed it is anticipated that at least two small businesses manufacture or distribute the solicited items. All quotes shall include FOB destination delivery terms. Delivery is requested to be within seven days from issuance of award. Delivery address is: US EPA, RTP, NC [Full address provided at award]. The Program Office will review the delivered product for accuracy and acceptance. It is the vendor's responsibility to be familiar with all applicable clauses and provisions. FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2015), FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (April 2016). Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record). The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (May 2015), FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (June 2016) The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. The following clauses within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, are applicable to this acquisition through the latest FAC: 52.204-7, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33. Quoters that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this notice of intent will include the terms and conditions set forth herein. The award will be based on the following; price, capability to meet the requirements, delivery and the best value to the government. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Stephen L. Cannon @ cannon.stephen@epa.gov. Electronic submittal of written quotes are due by not later than 3pm EDT on 08/23/2016. Offers must be e-mailed to Stephen L. Cannon, Contract Specialist, (E-Mail/ cannon.stephen@epa.gov). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All responsible small business sources may submit an offer that will be considered by this Agency. Offeror's are encouraged to use FedConnect.net in submittal of quotes, although not required. Please submit commercial product information with quote and a copy of the warranty provided by the manufacturer. The Government will award purchase order resulting from this RFQ to the responsible quoter whose quote, conforming to the RFQ including all technical/salient characteristics listed above, offers the best value. The Environmental Protection Agency requires the following salient characteristics in an Ambient Air Monitor for Total Oxides of Nitrogen, as listed in the following: LI 001, Ambient Air Monitor, 1 EA, trace-level or otherwise higher sensitivity chemiluminescence analyzer for NOy (NOy is also known as total oxidized nitrogen or total reactive nitrogen. Range of 0 to a least 500 ppb, or higher; Lower Detectible Limit of ~0.05 ppb (50ppt) or lower; Rack mountable; External converter with umbilical for 10 meter tower mounting; Power Supply for 115 VAC; Communications package including (minimum): RS - 232, Ethernet, and USB options; one or more year's worth of standard consumables; product manual; warranty (at least one year): Shipping included in price to RTP, NC. Each Offeror must also provide required, NON-PRICING responses (e.g. narrative technical specifications, photos, brochures, product literature, etc.) directly to Stephen Cannon, Contract Specialist at cannon.stephen@epa.gov so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following Commercial Item Terms and Conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. A firm, fixed price purchase order using Simplified Acquisition Procedures is anticipated to result from the award of this solicitation. The Offeror's product(s) must demonstrate meeting OSHA's minimum requirements of the applicable safety standards (e.g. UL, MetLabs, etc.). Vendors must be cognizant of the Energy Policy Act of 2005 (EPAct of 2005) and the Energy Star, Federal Energy Management Program (FEMP) and Labs21 programs. EPA contracting officers must procure energy efficient laboratory equipment to the maximum extent practicable. Offers must include sufficient material to permit the Government to determine that the proposed product(s) will meet the EPA's critical specifications. Any specific variances from the EPA's specifications shall be addressed by the Offeror with respect to how the Offeror's proposal provides alternative equivalence. The Government reserves the right to require additional pricing information, if necessary, to determine that the proposed price is fair and reasonable. The Offerors proposed pricing shall be submitted on the attached Standard Form 18 (SF18). Please submit your quotation on a firm fixed price basis. The basis for award will lowest price technically acceptable.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/CMD/RFQ-RT-16-00058/listing.html)
- Record
- SN04213768-W 20160810/160808235223-99d71a9a4367345e2b3f0361267755ca (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 |