Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2005 FBO #1213
SOLICITATION NOTICE

66 -- Tracer Gas Analysis & Volatile Organic Field Support

Notice Date
3/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 989), 1030 S. Highway A1A MS 1000, Patrick AFB, FL, 32925-3002
 
ZIP Code
32925-3002
 
Solicitation Number
FA2521-05-T-8000
 
Response Due
4/5/2005
 
Archive Date
4/6/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotations are requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) FA2521-05-T-8000 under FAR Part 13, Simplified Acquisition Procedures. The associated North American Industrial Classification (NAIC) for this acquisition is 334519 and the small business standard size is 500 employees. This acquisition is unrestricted and all responsible parties may submit quotations. Sources are sought to identify firms capable of providing management, technical expertise, supervision, tools, equipment, supplies, labor and quality control necessary to provide tracer and atmospheric gas project support. The contractor must have expertise in sulfur hexafluoride (SF6) technology and practical experience in both field collection and precision analysis of samples. Required services include 1) Tracer Gas Analyzer (TGA) Equipment Support, 2) Tracer Gas Test Support and 3) Meteorological and Volatile Organic Compound (VOC) Support. Support will include the acquisition supporting up to five independent tracer releases measurable at distances of 40 miles from the source release point. The TGA used for Tracer Gas Test Support services consists of six Government owned Tracer Environmental Services & Technologies, Inc. Model 2600 TGA?s. Tracer Gas Test Support includes the calibration, and preparation of the TGA system, support, maintenance, repair, and shipping in preparation for and during the experiments. Tracer sampler units are required at 15 sites with 12 collections made per site per release. Approximately 720 samples requiring analysis will be taken and reported within 60 days of completion of test. Data collection and compilation will also be required. Analysis of data will be required as defined by the requirements of each test. Meteorological and VOC Test support includes the acquisition of supplies, monitoring equipment, services, planning and advice for meteorological (i.e., wind speed and direction, temperature, humidity) and VOC collections. VOC collections, using EPA, NOIAH, ASTM protocols, are to provide measurements of non-methane hydrocarbon; BTEX; total paraffin, olefin, aldehyde, xylenes, alcohols and phenols; and speciation of 13 other compounds at four sites. The contractor will be responsible for the procurement of consumables, parts and supplies required for the work. The project is planned for the summer of 2005 and is expected to last for ten days. Contractor will be required to maintain a quality program to ensure services are performed in accordance with commonly accepted commercial practices. Test will be performed at Edwards Air Force Base. Some aspects of the project will be classified. Contractor personnel will require DoD security clearances at least at the SECRET level for key personnel. Handling of material up to SECRET is required. Storage and Facility clearances of at least the SECRET level are required. Delivery terms shall be FOB Destination. FOB Destination means that the vendor shall be responsible for any loss and/or damage to the goods occurring before receipt, inspection, and acceptance at the delivery point. Offerors shall submit the following: (1) A quotation which addresses all Contract Line Items; and (2) Sufficient product information to clearly document that the offered products meet the specifications stated herein; (3) Company's complete mailing and remittance address, discounts for prompt payment, if any (e.g. 1% 10 days), the company's CAGE Code, Dun & Bradstreet number, and Taxpayer ID number. Quotations shall be firm fixed price and valid for 30-days. To be eligible for award, offerors must be registered in the Central Contractor Registry. Information on the CCR may be obtained at http://www.ccr.gov. A DUNS number is required to register. To obtain a DUNS number, please call Dun & Bradstreet, Inc. at 1-866-705-5711 or 610-882-7000. There is no cost to obtain a DUNS number. Award will be made to the responsible offeror whose quotation conforming to this synopsis/solicitation offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate quotations based on Technical Capability and Price. Technical Capability is more important than Price. Evaluation of Technical Capability shall be based on the information provided that clearly documents that the offered product meets or exceeds the performance specifications stated herein. Price will be evaluated only for quotations determined technically acceptable. The Government will not select an offeror for award on the basis of relatively superior technical rating without concern for price. The following provisions apply: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items. *** The following clauses apply: 52.204-2 Security Requirements; 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions, Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items including subparagraphs: 52.222-3, Convict Labor; 52.222-19, Child Labor, Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-1, Buy American Act; 52.225-13 Restriction on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. It is mandatory that all offerors complete provision 52.212-3, Offeror Representations and Certifications-Commercial Items and fax with quote. Full text of a clause may be accessed electronically at http://farsite.hill.af.mil. Quotations may be emailed to amelia.davila@patrick.af.mil or faxed to 321-494-5403, Attention: Amelia Davila. The RFQ Reference Number shall be prominently cited on facsimile or email. Quotations are due at 2:00 p.m. EST on April 5, 2005. Offerors are encouraged to verify with that their submissions have been received, 321-494-8629.
 
Place of Performance
Address: Tests will be performed at Edwards AFB, CA.
 
Record
SN00772565-W 20050323/050321212027 (fbodaily.com)
 
Source
FedBizOpps.gov 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.