Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 08, 2024 SAM #8108
SOLICITATION NOTICE

66 -- ANNUAL INCINERATOR EPA COMPLIANCE TESTING

Notice Date
2/6/2024 10:47:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-24-2208127
 
Response Due
2/16/2024 1:00:00 PM
 
Archive Date
03/02/2024
 
Point of Contact
DIANA ROHLMAN, Phone: 4063639366, Jesse Weidow
 
E-Mail Address
diana.rohlman@nih.gov, Jesse.Weidow@nih.gov
(diana.rohlman@nih.gov, Jesse.Weidow@nih.gov)
 
Description
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-NIAID-24-2208127 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2024-02 January 22, 2024 The North American Industry Classification System (NAICS) code for this procurement is 541380, Testing Laboratories, with a small business size standard of $16.5 million. The requirement is being competed full and open competition, un-restricted and without a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID), Rocky Mountain Laboratories has a requirement for: The annual incinerator EPA Emissions Compliance Testing as required to comply with the environmental regulations contained in 40 CFR Part 62, Subpart HHH for Hospital/Medical/Infectious Waste Incinerators. The Bio Safety level 4 incinerator and all Personal Protective Equipment (PPE) and processions are required. This testing will be scheduled for End of May 2024� The EPA emission testing services will include: ��� �Volumetric Flow Rate measure ��� �Oxygen / Carbon Dioxide Testing ��� �Moisture Content Testing ��� �Particulate Matter / Hydrogen Chloride 1 Testing ��� �Lead, Cadmium, Mercury 2 Testing ��� �Visible Emissions Evaluations ��� �Sulfur Dioxide 3 Level Testing ��� �Nitrogen Oxides 3 Level Testing ��� �Carbon Monoxide 3 Level Testing ��� �Dioxins / Furans 2 Level Testing ��� �A final report must be provided to RML following the completion of the onsite testing. �Official report must include all testing methods, raw data, emission calculations and summary of data for the RATA, thermocouple audits and opacity testing results and Discussion (A summary of test results and process/control system operational data with comparison to regulatory requirements or vendor guarantees along with a description of process conditions and/or testing deviations that may have affected the testing results). Data will include: o�� �Methodology - A description of the sampling and analytical methodologies. o�� �Sample Calculations - Example calculations for each target parameter. o�� �Field Data - Copies of handwritten or electronic field data sheets. o�� �Laboratory Data - Copy of laboratory report(s) and chain(s) of custody. o�� �Quality Control Data - Copies of all instrument calibration data and/or calibration gas certificates. o�� �Process Operating/Control System Data - Process operating, control system and CEMS data (as provided by RML) to support the test results. Place of Performance: Rocky Mountain Laboratories, 903 South 4th Street, Hamilton, MT 59840, United States. � The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. �The award will be based on the following: technical capability to meet the requirements and price. ****Please note - Time and Material proposals will not be accepted, only Firm Fixed Price Quotations. **** The following FAR provisions apply to this acquisition:� FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2023) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (NOV 2023) FAR 52.204-7 System for Award Management (OCT 2018) (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 FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (JAN 2017) 52.204�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26 The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2022) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEC 2023) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) FAR 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 address: �http://farsite.hill.af.mil/vffara.htm 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). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than February 16, 2024 @ 4:00 EST Offers may be e-mailed to Diana Rohlman (E-Mail/ diana.rohlman@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-24-2208127). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f)� All responsible sources may submit an offer that will be considered by this Agency. � Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Diana Rohlman at diana.rohlman@nih.gov. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9d12f56cbda44b35a9075e6d080c395d/view)
 
Place of Performance
Address: Hamilton, MT 59840, USA
Zip Code: 59840
Country: USA
 
Record
SN06956828-F 20240208/240206230049 (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 |
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.