Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2007 FBO #2096
SOLICITATION NOTICE

58 -- MultiRAE Detectors

Notice Date
8/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 321 Cullen St Bldg 216, Shaw AFB, SC, 29152-5004, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4803-07-Q-A288
 
Response Due
9/5/2007
 
Archive Date
9/20/2007
 
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, proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is FA4803-07-Q-A288 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-18, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20050913 and Air Force Acquisition Circular (AFAC) 2005-0818. For informational purposes the North American Industry Classification System code is 334519 Office Equipment Wholesalers. This acquisition is 100% set-aside Small Business Preference. This is a firm-fixed price procurement and will be procured using commercial item procedures and award selection will be made base on price. Requirement is for: Line Item 0001) (4) MultiRae Gas Monitors (Rae P/N 009-3671-010), with LEL, O2, CL2, HCN and PID with 10.6eV lamp Sensors and internal pump installed (ref. data sheet). Lithium-Ion batteries installed Datalogging installed with current commercial MultiRae Firmware Cover, Black Rubber Boot for MulitRae (Rae P/N 027-3042-000) Blackcarrying case with custom foam cutout for the (4) MulitRaes and their accessories ( Pelican style) with custom "pass thru" 110 VAC charging to allow case to be connected to 110 VAC and charge all 4 MultiRaes while they are in the case. (3) 10" sampling probe with handle and 10' of self-coiling Teflon tubing with Luer quick connect fitting to connect to MultiRae (008-3015-2000). (2) Standard Rae Systems MultiRae Operation and Maintenance Manual PGM-50 (Rae P/N 008-4001). (4) Battery charger 110 VAC to 12 VDC 0.5A (Rae 500-0036-000). (4) Battery adapter for 4x AA alkaline batteries for PGM 50 (Rae P/N/500-0029-002). Laminated Accessory 8.5" x 11" (inventory) list card with drawing of contents of kit with part numbers. CDROM MultiRae user training video (Rae P/N 008-4013-000-VHS), Qty 13 each of all line items listed Line item 0002) Black carrying case with custom cutout for the contents described below (Pelican style) (Rae P/N 701-0001-100), ProRAE Suite Software for meter setup and datalogging CD ROM (Rae P/N 000-5001-000), Computer communications cable (Rae P/N 008-3003-000), Gas Regulator 0.5 lpm for 34 liter cylinders listed below (Rae P/N 008-3011-000), Gas Calibration 34 liters 100 ppm Isobutylene balance air (Rae P/N 600-002-000) 2 yr shelf life. Gas Calibration, 34 L 50% LEL methane balance air (Rae P/N 600-0071-000) 2 yr shelf life. Gas regulator, 1.0 lpm for 58 liter gas cylinder listed below, (Rae P/N 008-3021-000), Gas Calibration, 58 liters 10 ppm HCN balance Nitrogen (Rae P/N 600-0057-000) 1yr shelf life. Gas calibration 58 liters 10 ppm CL2 balance Nitrogen (Rae P/N 600-0056-000) 8 months shelf life. (2) Standard Rae Systems MultiRae Operation and Maintenance Manual PGM-50 (Rae P/N 008-4001) (2) packs spare filters (10ea) for MultiRae and remote probe (008-3022-010) (2) packs organic vapor zero gas adapter (3ea) with luer fitting to fit MultiRae inlet (2x (Rae P/N 008-3024-000) (1)11.7eV lamp in shipment ampoule (Rae P/N 050-0011-001) for installation when required (break ampoule and then install for approximately 30 days of use). Lamp cleaning kit (RAE P/N 081-0002-000?) Tool kit (Rae P/N 081-0005-000) Laminated Accessory 8.5" x 11 (inventory) list card with drawing of contents of kit with part number. Qty 9 each of all line items listed Line Item 0003) RAELink2 Modem and wireless package, Qty 62 each Line Item 0004) RDK Host RDK Host Controller, Qty 4 each Line Item 0005) MultiRAE Monitors additional monitors, Qty 10 each Line Item 0006) Shipping Fees, Qty 1 each All items must be name brand. Attention is drawn to FAR 52.211-6, Brand Name, and the requirements for submittal of technical/descriptive documents. The following FAR provisions also apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; The RFQ should be submitted and shall contain the following information: RFQ number, time specified for receipt of offers, name, address, telephone number of offeror, terms of the expressed warranty, price, any discount terms and acknowledgement of all solicitation amendments (if applicable). Quote shall also contain all other documentation specified herein. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Period of Acceptance for Offerors: The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers, unless another time period is stated in an addendum to the solicitation. Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. Evaluation/Award: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation once an evaluation has been accomplished. Go to the attached hyperlink, (http://www.farsite.hill.af.mil), to down load the FAR Clause 52.212-3 due to its length (12 pages). If you complete the forms as necessary and submit them along with your pricing information. The following clauses are hereby incorporated by reference: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.219-4 ? Notice of Price Evaluation Preference for HUBZone Small Business Concerns, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payments, FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241), DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7036, Buy American Act ? Free Trade Agreements ? Balance of Payments Program (JUN 2005) (Alternate I) (JAN 2005) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). 5352.201-9101 Ombudsman. The basis on which award will be made will be price. Quotes shall be marked with the Request for Quotation Number, Date and Time. Facsimile and electronic mail Proposals will be accepted. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Offerors shall include completed copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. Quotations may be submitted via fax to 803-895-5339 or by e-mail to john.dix@shaw.af.mil, or mailed to the attention of 2Lt John Dix at 20 CONS/LGCAA, 321 Cullen Street, Shaw AFB, SC 29152. Below are the required documents for Brand Name Justification and Approval DEPARTMENT OF THE AIR FORCE JUSTIFICATION AND APPROVAL FOR BRAND NAME PR NR: FA4803-07-Q-A288 This Justification and Approval is prepared in accordance with Federal Acquisition Regulation, Part 6.303-2. I. Identification of the Agency and Contracting Activity: USCENTAF/A7 and 20th Contracting Squadron, Shaw AFB, SC 29152-2610. II. Nature and/or Description of Action: A brand name request from the customer was received in support of the purchase of 62 MultiRAE Plus Gas Detectors and associated accessories. III. Description of Supplies/Services: The purchase request is for 62 MultiRAE Plus Gas Detectors and associated accessories. The existing system does not meet the current requirement of ACC. The upgrade will provide up to date services for creating and processing wireless information. . IV. Identification of Statutory Authority: 10 U.S.C. 2304(c) (2) or 41 U.S. C. 253(c) (2) as implemented by FAR 6.302-1 (4) (c), ?Application for brand name descriptions. An acquisition that uses a brand name description or other purchase description to specify a particular brand name, product, or feature of a product, peculiar to one manufacturer does not provide for full and open competition regardless of the number of sources solicited. It shall be justified and approved in accordance with FAR 6.303 and 6.304.? ?The justification should indicate that the use of such descriptions in the acquisition is essential to the Government?s requirements, thereby precluding consideration of a product manufactured by another company.? V. Applicability of Authority: RAE Systems states and certifies that the wireless gas detection system quoted by RAE Systems are manufactured, quoted and/or sold directly to end-using agencies/clients by RAE Systems only. VI. Efforts to Obtain Competition: RAE Systems is the sole source for this equipment item. RAE Systems sells the equipment directly to local, state and federal governmental agencies, DoD, DOE, environmental and clean up contractors, fire departments and Haz-Mat response teams. VII. Fair and Reasonable Pricing: The price obtained for this requirement is deemed fair and reasonable based on the need for the unique design, operability, and compatibility requirements. VIII. Market Research: Market Research was conducted by locating a small dis-advantage business associated with RAE Systems that can provide MultiRae Detectors. IX. Additional Facts: Recent events demonstrated that our deployed Civil Engineer (CE) Readiness forces are not equipped to recon the full spectrum of CBRN and Toxic Industrial Chemical and Toxic Industrial Material (TIC/TIM) threats that our forces can expect to encounter and in some instances have encountered. The objective is to increase force protection capability regarding asymmetric use of TIC/TIM and to quickly posture a capability. CE Readiness forces currently deploy with legacy chemical detectors that are not capable of detecting TIC/TIM hazards. An immediate requirement is a capability to detect and identify chlorine vapors. This detector is critical to Readiness and Emergency Management Flight personnel to ensure force survivability and mission continuation. X. Interested Parties: There were no other interested sources found. XI. Overcoming Competition Barriers: RAE Systems has a small business affiliation that can provide this equipment item. XII. Contracting Officer?s Certification: This justification is accurate and complete to the best of the Contracting Officer?s knowledge and belief. USCENTAF/A7-CE 16 August 2007 MEMORANDUM FOR 20 CONS/LGCAA FROM: HQ USCENTAF A7 CBRN Functional Manager PHILIP D. DONOHO, MSgt, USAF DSN: 965-8528 SUBJECT: MultiRae Detectors 1. The purchase request is for 62 MultiRAE Plus Gas Detectors and associated accessories. The existing system does not meet the current requirement of ACC. The upgrade will provide up to date services for creating and processing wireless information. 2. Recent events demonstrated that our deployed Civil Engineer (CE) Readiness forces are not equipped to recon the full spectrum of CBRN and Toxic Industrial Chemical and Toxic Industrial Material (TIC/TIM) threats that our forces can expect to encounter and in some instances have encountered. The objective is to increase force protection capability regarding asymmetric use of TIC/TIM and to quickly posture a capability. CE Readiness forces currently deploy with legacy chemical detectors that are not capable of detecting TIC/TIM hazards. An immediate requirement is a capability to detect and identify chlorine vapors. This detector is critical to Readiness and Emergency Management Flight personnel to ensure force survivability and mission continuation. 3. RAE Systems sells the equipment directly to local, state and federal governmental agencies, DoD, DOE, environmental and clean up contractors, fire departments and Haz-Mat response teams. Market Research was conducted by locating a small disadvantage business that can provide MultiRAE Detectors. 4. This research is accurate and complete to the best of the Contracting Officer?s knowledge and belief. I certify that all possible research to find a competitive brand has been exhausted within time limits available to meet the assigned priority and no other will suffice. 5. Repetitive purchases of the RAE Systems MultiRae Detectors require a new brand name justification with each purchase request.
 
Place of Performance
Address: 321 Cullen Street, Shaw AFB, SC 29152
Zip Code: 29152
Country: UNITED STATES
 
Record
SN01379531-W 20070823/070822065854 (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.