Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2018 FBO #5944
SOLICITATION NOTICE

66 -- Gas Analyzer

Notice Date
3/1/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Interior, Bureau of Reclamation, BOR - All Offices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
 
ZIP Code
80225
 
Solicitation Number
40375894TLM
 
Point of Contact
Terry L. Mest, Phone: 509-633-9327
 
E-Mail Address
tmest@usbr.gov
(tmest@usbr.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Solicitation number 40375894TLM is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-97. This is a total small business set-aside under NAICS 334513 with an associated small business size standard of 750 employees. The Bureau of Reclamation intends to award a Firm Fixed Price Purchase Order, for the acquisition of the following components using Brand Name or Equal: CLIN0010: DILO Company, Inc. Zero-Emission SF6 Gas Multi-Analyzer No. 3-038R-R303V0, or equal, 1 each at $_______ for a total of $_____. CLIN0020: DILO Adapter Kit No. (Adapter Kit - Analyzer,) or equal, 1 each at $_______ for a total of $_____. CLIN0030: Analyzer Discharge Recovery Bag, Rev. 1 No. (Dilo No. ADRB1,) or equal, 1 each at $_______ for a total of $_____. Total Price: $_________ SPECIFICATIONS: Line Item 0010: 1 each, DILO Company, Inc. Zero-Emission SF6 Gas Multi-Analyzer No. 3-038R-R303V0, w/ built-in recovery system for zero emissions testing - no SF6 gas is released into the atmosphere, multi-functional (three-in-one measuring device able to determine up to 3 quality parameters w/ one measurement) - accurately tests for: (1) purity - SF6 concentration %, (2) moisture concentration, and (3) SO2 concentration - 0-500 ppmv. Salient Characteristics: • Minimum of 500 measurements can be stored w/ name, date and time • Modular interchangeability ("Plug & Play") of sensors - no down time. • Operating temperature range (min/max) = -10 to 50° C. • Operating voltage (min/max) = 100-240VAC, 50-60Hz. • Measuring range (min/max) = 0 to 100% volume SF6, -60 to 20° C moisture, 0 to 500 ppmv SO2. • Measuring accuracy = ± 0.5% volume SF6, ± 2° C @ > -40° C / ± 3° C @ < -40° C moisture, < ± 2% of measuring range (SO2). • Flow rate (min/max) = 0.3-0.5 l/h volume SF6, 16-17 l/h moisture, 1-3 l/h SO2. • Reaction time = < 2 min. volume SF6, < 5 min. moisture, < 20 sec. SO2. • Maximum weight of SF6 Gas Multi-Analyzer to be less than 60 lbs. • Compatible w/ DILO MEGA Service Cart, Type No. Z288R01. • Standard Equipment: minimum of 7" color touch-screen, both battery & 100-240 VAC (50/60Hz) external power supply, DILO DN8 and DN20 adapters or compatible coupling adapters that will connect to Dilo Mega Service cart, Type No. Z288R01, minimum 20' (6m) long wire-braided connecting hose (Teflon lined) w/ self-sealing Quick Disconnect fittings, USB stick w/ data file for evaluation and reading-out of measured data, CD-ROM, transport case, operating manual. • Certificate of Calibration included. • Manufacture's Standard Commercial Warranty. Line item 0020: 1 each, DILO Adapter Kit No. (Adapter Kit - Analyzer) • Complete adapter kit for all DILO analyzers to convert to most breakers Line Item 0030: 1 each, Analyzer Discharge Recovery Bag, Rev. 1 No. (Dilo No. ADRB1). DELIVERY: Total price includes all applicable shipping fees, the Government is tax exempt. The vehicle shall be delivered under its own power. FOB: Destination, at Grand Coulee Power Office, WHSE B - DOOR 6 - IND AREA, HWY 155, Grand Coulee, WA 99133. Delivery hours are from 7:30 am to 3:30 PM Pacific time. Deliveries will not be accepted on Federal holidays. PROVISIONS AND CLAUSES: PROVISIONS 52.252-1 Solicitation Provisions Incorporated by Reference - (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR Provisions - https://www.acquisition.gov/far/ (End of Provision) The provision at 52.212-1, Instructions to Offerors-Commercial (Jan 2017), applies to this acquisition. Addendum to 52.212-1 substitutes the term "quote" where the term "offer" appears in the provision. The following addendum to 52.212-1 applies: 52.204-16 Commercial and Government Entity Code Reporting (July 2016); WBR 1452.215-71 Use and Disclosure of Proposal Information (Apr 1984); 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certification (Oct 2015); WBR 1452.225-82 Notice of World Trade Organizations Government Procurement Agreement Evaluations (May 2005). By the provision at 52.212-2, Evaluation-Commercial Items (Oct 2014), lowest price technically acceptable. The following addendum to 52.212-2 applies: 52.211-6 Brand Name or Equal (Aug 1999). The provision at 52.212-3 and its alternate, Offeror Representations and Certifications (Nov 2017), must be completed and be active online at http://www.sam.gov. Prospective contractor is advised to ensure that the NAICS code identified for this procurement is contained in its online representations and certifications in the System for Award Management registry. The following addendum to 52.212-3 applies: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation (Jan 2017). THIS EQUIPMENT IS BEING PURCHASED IN ACCORDANCE WITH FAR PART 13, "SIMPLIFIED ACQUISITION PROCEDURES. CLAUSES 52.252-2 CLAUSES INCORPORATED BY REFERENCE - (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses - https://www.acquisition.gov/far/ (End of clause) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), applies. The following addenda to 52.212-4 apply: 52.212-4 CONTRACT TERMS AND CONDITIONS -COMMERCIAL ITEMS - (JAN 2017); 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE - (JUL 2016); 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS - (DEC 2013); 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004); 52.242-15 STOP-WORK ORDER - (AUG 1989) DOI-AAAP-0028 ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS-INVOICE PROCESSING PLATFORM (IPP) - APR 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). 'Payment request' means any request for contract financing payment or invoicing payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions-Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: The Contractor shall also submit an electronic copy of the IPP invoice to the Contract Specialist/Contracting Officer at tmest@usbr.gob/msanderlin@usbr.gov once the invoice has been submitted to IPP. Failure to email the invoice may cause significant delay or possible rejection of your payment request. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) The following select clauses at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2018), apply to this acquisition: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015); 52.219-13, Notice of Set-aside of Orders; 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 52.219-28, Post Award Small Business Program Representation (Jul 2013); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2018); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246); 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793); 52.222-50, Combating Trafficking in Persons (Mar 2015); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-1, Buy American-Supplies (May 2014); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013). (End of Clause) **END OF CLAUSES** Written, signed quotes on a company letterhead with contact information are due no later than March 9, 2018 by mail to or in person at Bureau of Reclamation, PO Box 620, Grand Coulee, WA 99133, or by electronic mail to tmest@usbr.gov. For information regarding this Request for Quotation, please contact Terry L. Mest, Contract Specialist at 509-633-9327.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dd1db733c849330aff382062af33c545)
 
Record
SN04839134-W 20180303/180301230959-dd1db733c849330aff382062af33c545 (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.