Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2011 FBO #3450
SOLICITATION NOTICE

66 -- X-ray Fluorescence (XRF) Analyzers

Notice Date
5/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, EPA/Headquarters, 1200 Pennsylvania Avenue, N.W., 3801R, Washington, District of Columbia, 20460
 
ZIP Code
20460
 
Solicitation Number
RFQ-R1-11-00170
 
Archive Date
5/26/2011
 
Point of Contact
Frank Bottalico, Phone: 202-564-0141
 
E-Mail Address
bottalico.frank@epa.gov
(bottalico.frank@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Region 1 Emergency Response Team and Superfund Removal program has determined that two (2) X-ray Fluorescence (XRF) analyzers are a cost effective use of our Homeland Security and Removal Support Funding for: • Immediate, on-site analysis of metal concentrations in soil at removal sites and chemical releases accurate enough for real-time emergency clean-up confirmation sampling. Will need only 5%-10% lab sample confirmation. • Significant cost savings over the equipment service life vs renting. • Significant cost savings and time saving vs 100% lab analysis. • Units will be used by EPA or EPA contractor staff in the field as with the branch's other equipment. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, and Subpart 13.106 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. The solicitation, number RFQ-R1-11-00170, is issued as a Request for Quotes (RFQ). This solicitation is a total set aside for small businesses and the applicable NAICS code for this requirement is 334516, Analytical Laboratory Instrument Manufacturing, with a size standard of 500 employees. It will be the responsibility of the Contractor to monitor Federal Business Opportunities, http://www.fedbizopps.gov/ for the issuance of any changes/updates to the solicitation. This solicitation is issued as a request for quotation and incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-40. Specifications for the XRF Two (2) handheld XRFs to provide a rapid, mobile technique used directly to measure a variety of metal contaminants in soil samples. XRFs will be a rapid, non-destructive, multi-elemental, and cost effective method for analyzing the chemical composition of various environmental and biological samples. The XRF should provide capabilities for positive material identification, material sorting, and detection of radioactive and chemical trace elements and possess the following capabilities: 1) Hand-held 2) Does not require a radioactive source to generate the X-ray for detection. 3) Detection of K, Ca, S, P, CI, Ti, Cr, Mn, Fe, Ni, Cu, Zn, Hg, As, Pb, Se, Rb, Sr, Zr, Mo, Ag, Cd, Sn, Sb, Ba. 4) Measure metal concentrations in soil quickly either directly on in a sample holder. 5) Interface with PC for data transfer/logging. 6) Chromium detection limit of less than 15 ppm. Service and Support Requirements: Instruments should include one year warranty, with possible option to extend the warranty using a Service & Maintenance Agreement for up to four (4) additional years. Warranty Agreement shall included telephone technical support needed for the hardware, software and application. Service should include all emergency telephone calls and all parts that are required to repair defects in materials. These XRFs will also each require the following items: -Docking station -Soil extension pole -Soil attachment for hands free sampling -portable work station -PC software Evaluation Factors: The government will award a firm-fixed-price (FFP) contract resulting from this solicitation to the responsible vendor whose offer, conforming to this announcement; is the lowest priced, technically acceptable. Offerors must provide all relevant specifications and/or literature documentation. Small Business Set Aside: This solicitation is a total set aside for small businesses and the applicable NAICS code for this requirement is 334516, Analytical Laboratory Instrument Manufacturing, with a size standard of 500 employees. Only vendors who meet the small business standards for this NAICS code will be considered for award. Applicable Regulations: The following Federal Acquisition Regulation (FAR) and Department of Defense FAR Supplement provisions and clauses, which may be viewed at http://www.acquisition.gov/far/, may apply to this contract: - 52.204-7, Central Contractor Registration (APR 2008) - 52.212-1, Instructions to Offerors - Commercial Items - 52.212-2, Evaluation - Commercial Items - 52.212-3, Offeror Representations and Certifications - Commercial Items - 52.212-4, Contract Terms and Conditions--Commercial Items (June 2010) - 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (April 2011); applicable clauses contained within: o 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). o Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). o 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). o 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). o 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). o 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). o 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). o 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637 (d)(2) and (3)). o 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)). o 52.219-28, Post Award Small Business Program Re-representation (Apr 2009) (15 U.S.C. 632(a)(2)). o 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). o 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). o 52.222-21, Prohibition of Segregated Facilities (FEB 1999). o 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). o 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2010) (38 U.S.C. 4212). o 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 o U.S.C. 793). o 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2010) (38 U.S.C. 4212). o 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2010) (E.O. 13201). o 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). o 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332) o The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. o The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. o As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. o (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- o 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). o 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. o 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). o 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2010) (38 U.S.C. 4212). o 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). o 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2010) (E.O. 13201). o 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). o 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). o 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). o 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). o 52.222-54, Employment Eligibility Verification (Jan 2009). (Not applicable until May 21, 2009.) o 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) - 52.252-2 Clauses Incorporated by Reference (FEB 1998) Requirements: 1) To be eligible for contract award, a contractor must be registered with the Central Contractor Registration (CCR) database. For instructions on registering with the CCR, please see the CCR website at http://www.ccr.gov. 2) All offerors are required to submit a completed copy of the Federal Acquisition Regulations (FAR) Provision 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. This document can be found at http://www.ustda.gov/businessopps/dmdocs/FAR52.212-3.pdf. 3) All vendors must submit quotes via email by 11 May 2011 by 5:00pm along with all relevant specifications and / or product literature. 4) All vendors must be SBA Certified as Small Business. Deadlines: All Responses for the above shall be submitted to the Primary Point of Contact by 5:00 p.m. EDT on or before Wednesday May 11, 2011. Direct any communications, questions or inquiries via email to POC Frank Bottalico at Bottalico.Frank@epa.gov Contracting Office Address: Environmental Protection Agency, Program Management and Regional Coordination Service Center, 1200 Pennsylvania Avenue, NW, Washington, DC 20460
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/RFQ-R1-11-00170/listing.html)
 
Place of Performance
Address: EPA Region 1, 5 Post Office Square, Massachusetts, 02109, United States
Zip Code: 02109
 
Record
SN02440040-W 20110506/110504235314-a2afc97df4c8b22d01b2022a0a6a88e6 (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.