Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2012 FBO #3704
SOLICITATION NOTICE

66 -- Infrared Camera and Accessories to be Used for Gas Leak Detection

Notice Date
1/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region III, Contracts Branch (3PM10), 1650 Arch Street, Philadelphia, Pennsylvania, 19103-2029
 
ZIP Code
19103-2029
 
Solicitation Number
RFQ-PA-12-00014
 
Archive Date
2/7/2012
 
Point of Contact
Ryan T. Parker, Phone: 2158145126
 
E-Mail Address
parker.ryan@epa.gov
(parker.ryan@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and 13 as supplemented with additional information included in this notice. This solicitation is issued as a Request for Quotations (RFQ) under solicitation number RFQ-PA-12-00014. Award will be made using Simplified Acquisition Procedures in accordance with FAR Part 13. Anywhere in this solicitation where the term "Bid", "Offer", or "Proposal" is used, it is hereby changed to read "Quote." Anywhere in this solicitation where the term "Bidder" or "Offeror" is used, it is hereby changed to read "Quoter." This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is unrestricted. The associated North American Industrial Classification (NAICS) code is 334513. TECHNICAL REQUIREMENT CLIN 0001: One (1) Infrared camera with 24° lens to be used for gas leak detection. Brand name or equal to FLIR Camera Model GF320 with 24° lens. If quoting an equal, camera must be capable of meeting the performance level and all functions of this brand name and model as well as be fully capable of using IR lenses that can be used on the FLIR Camera Model GF320. CLIN 0002: One (1) Battery. Brand name or equal to FLIR Item #1196209 for FLIR Camera Model GF320 with 24° lens. If quoting an equal, battery must work with camera quoted for CLIN 0001. CLIN 0003: One (1) NIST Extended Calibration Certificate. Brand name or equal to FLIR Item #Q232008C for FLIR Camera Model GF320 with 24° lens. If quoting an equal, Extended Calibration Certificate must be for camera quoted for CLIN 0001. CLIN 0004: One (1) One Year Gold Plus Extended Warranty. Brand name or equal for FLIR Camera Model GF320 with 24° lens. If quoting an equal, One Year Gold Plus Extended Warranty must be for camera quoted for CLIN 0001. CLIN 0005: OPTION - One (1) IR Lens, 6° with case. Brand name or equal to FLIR Item #T197388. If quoting an equal, lens must be fully capable of meeting the performance level and all functions of the brand name and model and be able to be used on both the camera quoted for CLIN 0001 and the FLIR Camera Model GF320. Price quote Submission Requirements: A price shall be provided for each CLIN quoted. Prices shall include delivery to 1650 Arch Street, Philadelphia, PA 19103-2029. Include the estimated delivery time after receipt of order for all items. APPLICABLE CLAUSES AND PROVISIONS The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55. The following provisions and clauses are hereby incorporated by reference and shall apply to this solicitation and shall apply accordingly to the subsequent award. The provisions and clauses can be found at www.acquisition.gov/far. FAR 52.211-6 Brand Name or Equal FAR 52.212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and technical factors considered. Prices will be evaluated first by adding CLINS 0001 through 0005 to establish the cumulative price for each quoter inclusive of Option CLIN 0005. Next, prices will be evaluated by adding CLINS 0001 through 0004 to establish the cumulative price for each quoter exclusive of Option CLIN 0005. All quotes will be evaluated for technical acceptability. All technically acceptable quotes will be listed by cumulative price and separated according to inclusive or exclusive of Option CLIN 0005. If sufficient funds are available at the time of award, the Government will award a single contract resulting from this solicitation to the lowest cumulative priced, technically acceptable quote conforming to the solicitation inclusive of Option CLIN 0005. If sufficient funds are not available at the time of award to award to the lowest total cumulative priced, technically acceptable quote conforming to the solicitation inclusive of Option CLIN 0005, the Government will award a single contract resulting from this solicitation to the lowest total cumulative priced, technically acceptable quote conforming to the solicitation exclusive of Option CLIN 0005. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items 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 Note that the following FAR clauses are cited within this clause: 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment. 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations. 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C 4212). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). EPAAR 1552.233-70 Notice of filing requirements for agency protests. (JUL 1999) NOTES TO QUOTERS The following information should be submitted with your quote: 1. Price for each CLIN quoted. 2. Brand name and model number of each item that is being quoted and any technical submission requirements for items quoted as equals (See FAR 52.211-6 Brand Name or Equal). 3. Completed FAR provision 52.212-3. ORCA is acceptable. If you have a current ORCA representation available at the ORCA website, indicate so on your quote and a completed 52.212-3 does not need to be submitted. All questions regarding this solicitation shall be submitted in writing via email to: parker.ryan@epa.gov Quotes are due by email to: Ryan Parker at parker.ryan@epa.gov on or before 4:00 pm local time (Philadelphia, PA) on January 23, 2012. Quoting via E-mail - due to firewalls and security protocols it is recommended that quotes be emailed at least 30 minutes prior to closing. Also please note that zipped files will not pass through our firewalls. Please send quotes via PDF, Word, or WORD PERFECT. If this is a problem please contact the undersigned immediately. Firms are encouraged to contact Ryan Parker via email within one business day of submitting their quote to confirm Government receipt of a quote package if they do not receive a previous confirmation of receipt. Due to email and server limitations, please limit the size of each email to no more than 10 MB. If the files size is larger please send files in separate emails. All emails must be received before the closing date and time for the quote to be timely Failure to submit a complete quote by the time and date established may result in the quote not being considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/3PM10/RFQ-PA-12-00014/listing.html)
 
Place of Performance
Address: US Environmental Protection Agency Region III, 1650 Arch Street, Philadelphia, Pennsylvania, 19103-2029, United States
Zip Code: 19103-2029
 
Record
SN02654377-W 20120115/120113234204-72a883aa9f6c047247eb53823fa19606 (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.