Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2011 FBO #3547
SOLICITATION NOTICE

42 -- MultiRae Plus Monitors

Notice Date
8/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
935 Pennsylvania Avenue NW, Washington, DC 20535
 
ZIP Code
20535
 
Solicitation Number
RFQ096881
 
Response Due
8/19/2011
 
Archive Date
2/15/2012
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is RFQ096881 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-08-19 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Cheverly, MD 20781 The Federal Bureau of Investigation requires the following items, Exact Match Only, to the following: LI 001, RAE Systems MultiRae Plus Monitors with accessory kit LEL, 02, HS2, CO, PID 10.6v; Software ProRae Suite Package for Windows 98, NT 2000 and XP; black rubber boot and hard transport case, 7, EA; LI 002, Calibration kit for the MultiRae Plus monitors includes four-gas mix; and hard case, 4, EA; LI 003, Guaranteed cost of ownership Program which is 4-year repair and replacement guarantee with annual maintenance and servicing for each monitor., 7, EA; LI 004, Shipping Charges (if applicable), 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Federal Bureau of Investigation intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Federal Bureau of Investigation is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, who submits all required documents by the deadline, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's requirement. For past performance, submit a list of three (3) contracts performed in the five (5) years to include POC name, address/email and telephone number. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Specific requirements are for a rugged, compact, portable gas detection meter which can be worn on the belt and utilizes both common alkaline or rechargeable batteries with the following requirements. The gas detection monitor shall be configured with the sensors as follows: LEL/02 combustible and oxygen sensors, H2S Hydrogen Sulfide sensor, CO carbon monoxide sensor and a 10.6v photo ionization lamp (PID). The PID shall be capable of measurements of 0-2,000 ppm measurement of VOCs (volatile organic compounds) with 0.1 ppm resolution. The combustible sensor shall be protected catalytic bead for combustible gases, all other sensors shall be interchangeable electrochemical sensors for oxygen and toxic gases. The meter shall come with a built in pump, 120v wall charger, US plug monitor and standard accessories, The meter shall also come with a hard case for transport. The meter shall include software ProRAE suite package for windows, this software also allows for the meters inclusion in the Area RAE system that the HMORU utilizes, computer interface cable, training CDROM, operation and maintenance manual, Black rubber protective boot with clip, alkaline battery adapter, ATEX approval and external charger adapter, 3 external filters, standard Lithium-ion standard rechargeable battery, universal AC/DC wall adapter, sampling wand with 15? of self coiling Teflon tubing. The meter shall be able to store up to 80 hours of data at one minute intervals for all 5 sensors for download to PC with the included data logging capability. It shall have a loud audible alarm that varies for different alarm conditions and an optional external vibration alarm for noisy areas. The meter shall provide at a minimum the following readouts Instantaneous values (up to 5): Oxygen as percentage by volume, Combustible gas as percentage of lower explosive level (LEL), High and low values for all gases, STEL and TWA values of toxic gases and VOCs, Battery and shut down voltage, Date, time, elapsed time, temperature. It shall be able to operate in the following environment -4 to 113 F (-20 to 45C) Humidity 0% to 95% relative humidity (non-condensing). Four (4) of the meters shall come with calibration kits, to include the gas and regulators for the ordered sensor configuration. The detection devices shall have RAE Systems standard warranty. In addition guaranteed cost of ownership program which is 4 years repair and replacement guarantee with annual maintenance and servicing. Delivery must be made within 45 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 45 - required to make delivery after it receives a purchase order from the buyer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/FedBid/RFQ096881/listing.html)
 
Place of Performance
Address: Cheverly, MD 20781
Zip Code: 20781
 
Record
SN02526623-W 20110811/110809234912-0e5f45573d438bbbe880ce77704d0219 (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.