SOLICITATION NOTICE
66 -- Four (4) 3M EVM-4 or EVM-7 Indoor Air Quality (IAQ) Meter �or equal�
- Notice Date
- 5/9/2022 12:50:06 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- FA2396 USAF AFMC AFRL PZL AFRL PZLE WRIGHT PATTERSON AFB OH 45433-7541 USA
- ZIP Code
- 45433-7541
- Solicitation Number
- COMBO-AFRL-PZLEQ-2022-0007
- Response Due
- 5/24/2022 1:00:00 PM
- Archive Date
- 06/08/2022
- Point of Contact
- Mr. Joseph Hicks
- E-Mail Address
-
joseph.hicks.15@us.af.mil
(joseph.hicks.15@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- GENERAL STATEMENT: This is a combined synopsis/solicitation for commercial items issued by the Air Force Research Laboratory/PZLEQ, Wright-Patterson Air Force Base, Ohio. This announcement constitutes the only solicitation being issued for the requirement described herein. SOLICITATION INFORMATION Solicitation Number:�� COMBO-AFRL-PZLEQ-2022-0007 [X] Request for Quotation (RFQ) [�� ] Request for Proposal (RFP) [�� ] Invitation for Bid (IFB) REGULATION IDENTIFICATION: This solicitation and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-06 Effective 1 May 2022. NOTICE OF SMALL BUSINESS SET-ASIDE: Set-aside Type� 100% Small Business NAICS Size Standard 334519, 500 Employees LISTING/DESCRIPTION OF ITEMS: Four (4) 3M EVM-4 and EVM-7� Indoor Air Quality (IAQ) Meter ��or equal� Meters must measure CO, CO2, relative humidity, and temperature simultaneously during indoor air quality assessments. They must be compact, lightweight, and have a user-friendly interface.� The meters must also be capable of providing room air exchange rates when doing indoor air quality surveys. Additional features equivalent item must have: � Units must be CE Mark and RoHS compliant � Flow rate must be 1.67 L/min � Meters should have 3M Detection Management Software � Unit measurements should be: Level, min/max, average, short term exposure level, Time weighted averages � Temperature ranges should be 32 F � 122 F � Unit should have a predictive algorithm to estimate time in the field before alarming � Must have an illuminated screen for low light operations � Units should have intelligent sensors to auto-detect when in power off mode � Real time measurement should be once per second display range � Windprobe must be omni-directional and have a +/- range of 23.6 ft/min� + 4.5% of signal � Battery must be rechargeable and� have at least 8 hours of operational time on a single charge � Must have an external DC power input: 10 to 16 Volt power inlet � Must have sensors to detect, Carbon monoxide, Chlorine, Ethylene Oxide, Hydrogen Cyanide, Hydrogen Sulfide, Nitric Oxide, Nitrogen Dioxide, Oxygen, Sulfur Dioxide � Must have a particulate display range of� 0.1-10 DELIVERY INFORMATION: FOB:�� [X] Destination ����������� [�� ] Origin Place of Delivery: 2510 5th St., Bldg. 20840 WPAFB, OH 45433 Requested Date of Delivery: 30 Days ADC INSTRUCTIONS TO OFFERORS: The provision at FAR 52.212-1, Instructions to Offerors � Commercial (Jun 2020), applies to this acquisition. Addenda: ����������� N/A EVALUATION OF OFFERS: The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014), will be used to evaluate quotes received. The Government will award a contract resulting from this solicitation to the responsible offeror 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 offers: Lowest Price Technically Acceptable � (1) Price (2) Technical Acceptability � � � (a) In order for this quote to be considered �Technically Acceptable� it must meet all of the requirements in the item description. � � � (b) Equivalent items submitted must meet listed characteristics or specifications in each item's individual description. Product� � � � � � � � �literature must be submitted to demonstrate that an or-equal item meets the capability of (brand and model). Offerors shall assume that the Government has no prior knowledge of its facilities, capabilities, and experience and will base the evaluation solely on the information presented in the Offeror�s proposal. The Government reserves the right to award all, some, or none, of the items listed in this solicitation. The Government reserves the right to resolicit if results garner only one qualifying quote, if it�s determined to be in the best interests of the Government. OFFEROR REPRESENTATIONS AND CERTIFICATIONS: Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Feb 2021), with your quote. If offeror has completed annual representations and certifications in System for Award Management (SAM), then only paragraph (b) needs to be submitted with quote. If offeror has not completed annual representations and certifications in SAM then paragraphs (c-v) need to be submitted. SOLICITATION CLOSING INFORMATION: Quotes are due by: 24 May 2022, at 4:00 PM Eastern Time. Quotes must be received by the closing date stated above. Submit quotes by email. POINT OF CONTACT: The point of contact for this acquisition for any questions and for submission of quotes is: Name: Joseph Hicks Title: Contract Specialist Email: joseph.hicks.15@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/eac7d11fe8b44982ad6d76943274d71d/view)
- Place of Performance
- Address: Wright Patterson AFB, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN06321517-F 20220511/220509230057 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |