Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2012 FBO #3765
SOLICITATION NOTICE

J -- Dual Stage Gas Regulators

Notice Date
3/14/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
CPODUS Environmental Protection Agency26 West Martin Luther King DriveMail Code: NWDCincinnatiOH45268USA
 
ZIP Code
00000
 
Solicitation Number
SOL-CI-12-00031
 
Response Due
3/23/2012
 
Archive Date
4/22/2012
 
Point of Contact
Samantha Fuchs
 
E-Mail Address
fuchs.samantha@epa.gov
(Fuchs.Samantha@epamail.epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: SOL-CI-12-00031Notice Type: Combined Synopsis/Solicitation Synopsis: The U.S. Environmental Protection Agency (EPA), Office of Air and Radiation (OAR), Office of Transportation and Air Quality(OTAQ), Testing and Advanced Technology Division (TATD), and the National Vehicle and Fuel Emissions Laboratory (NVFEL) has a requirement for two stage gas regulators, with the specifications listed below. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Refer to SOL-CI-12-00031 when responding to this request. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. This acquisition is a total set-a-side for small business. The NAICS code is 325120, the size standard is 1,000 Employees. Background: In its testing area, the Testing and Advanced Technology Division has had inconsistent gas flow to analyzers during linearizations and testing calibrations. This is caused by a single source regulation system that cannot correct for multiple sites turning on and off at inconsistent times. To correct this deficiency the Testing Services Center (TSC) will implement a dual stage gas delivery system from the gas manifold to each analyzer bench by replacing the existing cylinder regulators with higher flow capable regulators to allow the gas flow needed to the test cells secondary regulators. A dual stage gas regulator will be added inline to each gas being delivered to all the benches throughout the testing area. This will allow the initial gas cylinder regulator to flow at a higher pressure and secondary site regulators will correct for gas pressure fluctuation at each analyzer location and maintain a consistent gas source enabling improved gas sample readings for t esting and calibration. Specifications: The contractor shall furnish the following dual stage gas regulators: Ten (10) corrosive 316L stainless steel bar stock regulators with a 660CGA fitting.Thirty five (35) standard brass bar stock chrome plated regulators with a 350 CGA fitting.Ten (10) standard brass bar stock chrome plated regulators with a 580 CGA fitting.Ten (10) standard brass bar stock chrome plated regulators with a 590 CGA fitting.The regulators will be designed with a six port configuration. Ports to include gas inlet, inlet gauge, gas outlet, outlet gauge, auxiliary high pressure port, and relief valve. Inlet pressure for both versions will be from 0 - 3000 PSIG, outlet pressure will be 0 - 250 PSIG. Both the standard and corrosive versions will have a 316L stainless steel diaphragm and 10 micron filtration at both stages. All seats and seals will be PTFE. The regulator will be a compact design (body less than 3" in diameter, overall length should be kept as small as possible nominally 8"). Gauges will be of the appropriate material for the type of regulator and will be two inch in diameter with scales reading in both PSIG and KPA. The inlet pressure gauge will be 0 - 4000 PSIG, outlet pressure gauge will be 0 - 400 PSIG. All Inlet ports will be ?" FNPT, All outlet ports will be ?" FNPT and supplied with a Chrome plated or stainless steel. Auxiliary ports will have a proper pressure rated plug, Al len type installed. Regulators will maintain accuracy within a heat rang of -40 deg F to 140 deg F. Helium leak integrity will be at least 1 x 10-8 scc/sec and will be O2 clean and suitable for use with EPA protocol gases, (UHP) zero, span and calibration gas applications. Regulators will have a panel mount capability. Regulators shall be off the shelf commercially available assembled from standard designed parts with no special machined components. Firms submitting quotations shall submit a list of clients currently using the dual stage gas regulators being offered. Payment: Payment will be made upon acceptance and submission of a properly prepared invoice from the Contractor. The Purchase Order Number assigned to this contract must appear on all invoices. The Purchase Order Number is noted in Block #3 of Optional Form 347, "Order for Supplies or Services" to be sent to the Contractor at the time of award. All supplies shall be provided to the EPA NVFEL located at 2565 Plymouth Rd., Ann Arbor, MI 48105 within 21 days after receipt of award. The F.O.B. point shall be destination. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is applicable and the specific evaluation criteria are as follows: (1) Technical acceptability of the item offered to meet the Government's requirement and (2) price. Award will be made on a best-value basis based on the response most advantageous to the Government, price and other factors considered. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. This provision may be found on the Internet at the following site: https://www.acquisition.gov/far/ Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under FAR 52.212-5 paragraph (b), the following additional clauses apply to this acquisition: FAR 52.222-50 Combating Trafficking in Persons (Feb 2009), 52.204-10-Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010), 52.209-6-Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010), 52.209-10-Prohibition of Contracting With Inverted Domestic Corporations (May 2011), 52.219-6-Notice of Total Small Business Aside (Nov 2011), 52.219-28-Post Award Small Business Program Representation (Apr 2009), 52.222-3-Convict Labor (Jun 2003), 52-222-19 Child Labor - Cooperation with Authorities and Remedies (Jul 2010), 52.222-21-Prohibition of Segregated Facilities (Feb 1999), 52.222-26-Equal Opportunity (Mar 2007), 52.222-36-Affirmative Action for Workers with Disabilities (Oct 2010), 52.223-18-Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011), 52.225-1-Buy American-Act-Supplies (Feb 2009), 52.225-13- Restrictions on Certain Foreign Purchases (Jun 2008), 52.232-33-Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), & EPAAR 1552.211-79-Compliance With EPA Policies For Information Resources Management (I,II & III) (OCT 2000) (This document can be found at: http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?sid=52c48b59c02b4481b8576a658c6e69ab&c=ecfr&tpl=/ecfrbrowse/Title48/48cfrv6_02.tpl Offerors shall submit (1) one copy of their firm-fixed-price quote with descriptive literature, referencing SOL-CI-12-00031, no later than Friday, March 23, 2012 at 4:30 PM EST to Samantha Fuchs as follows: via email at Fuchs.Samantha@epa.gov. Questions may be submitted in writing to Samantha Fuchs via e-mail at Fuchs.Samantha@epa.gov. (NOTE: In order to allow for standardization of gas distribution sites and common port layout for future pressure monitoring system implementation, preference will be given to regulators with the same physical design for the standard and stainless version along with an orientable captive vent option. Offors that are able to provide regulators with these preferred characteristics should include two prices, i.e., (1) price for regulators that meet the basic Specifications described above, and (2) Price for regulators which meet the basic specifications as well as having the preferred characteristics (i.e., same physical design for the standard and stainless version along with orientable captive vent option).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/SOL-CI-12-00031/listing.html)
 
Record
SN02697116-W 20120316/120315000008-2d659d2afab352980c3893423f607614 (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.