Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2012 FBO #3842
MODIFICATION

66 -- Siemens Gas Analyzers - Amendment details

Notice Date
5/30/2012
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Branch (WV), 1301 Airport Road, Beaver, West Virginia, 25813-9426
 
ZIP Code
25813-9426
 
Solicitation Number
465-12MR-1864-1
 
Archive Date
6/30/2012
 
Point of Contact
Mindy L. Smith, Phone: 3042563537
 
E-Mail Address
smith.mindy@dol.gov
(smith.mindy@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment details and responses to questions This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 is 465-12MR-1864-1 and it is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, Analytical Laboratory Instrument Manufacturing with a small business size standard of 500 employees or less. This requirement is a total small business set-aside and only qualified Offerors will be considered. The following brand name items are being sought: CONTRACT LINE ITEM NUMBER (CLIN)/DESCRIPTION/QUANTITY/UNIT 0001/ULTRAMAT23, Siemens Industry 3 channel NDIR Gas Analyzer model 7MB2338-3BJ10-5DN1/Qty 2/EA 0002/ULTRAMAT 23, Siemens Industry Two Channel NDIR Gas Analyzer model 7MB2337-3AL00-5DR1/Qty 2/EA 0003/Telescopic rail pars for units/Qty 4/EA All CLINS are to be priced in accordance with the Product Specification. A Justification & Approval for Brand Name is attached. PRODUCT SPECIFICATION: 1.0 Justification: The Ventilation Division is responsible for responding to all mine emergencies/disasters throughout the United States. It accomplishes its mission by deploying a Mobile Atmospheric Monitoring Analysis vehicle equipped with remote sampling/ continuous monitoring gas instruments and personnel to the site of each emergency/disaster. The Pittsburgh Safety and Health Technology Center of the Mine Safety and Health Administration is requesting to purchase four (4) Seimens ULTRAMAT 23 Gas Analyzers. The specifications are listed below. Prices should include delivery, set-up and on-site training on operation of the gas analyzers. 2.0 Specifications: DESCRIPTION: (2) ULTRAMAT 23, Siemens Industry 3 Channel NDIR Gas Analyzer for measurement of carbon monoxide (CO), carbon dioxide (CO2) and methane (CH4) with electro-chemical oxygen (O2), 19-inch rack/panel mount enclosure (Model 7MB2338-3BJ10-5DN1) 1st & 2nd IR channels, stacked - CO Ranges: 0-100 ppm minimum to 0-500 ppm maximum - CO2 Ranges: 0-5 % minimum to 0-25 % maximum 3rd IR channel - CH4 Ranges: 0-2 % minimum to 0-10 % maximum 4th channel - O2 Ranges: 0-5 % minimum to 0-25 % maximum - ¼" Pipe Connections - Integral Sample Pump and Flowmeter - 19" Rack/Panel Mount Enclosure - Power: 120VAC, 60Hz DESCRIPTION: (2) Ultramat 23, Siemens Industry Two Channel NDIR Gas Analyzer for the measurement of CO and CH4 (Model 7MB2337-3AL00-5DR1) 1st IR channel - CO Ranges: 0-0.5% minimum to 0-2.5% maximum 2nd IR channel - CH4 Ranges: 0-20 % minimum to 0-100 % maximum - ¼" Pipe Connections - Integral Sample Pump and Flowmeter - 19" Rack/Panel Mount Enclosure - Power: 120VAC, 60Hz SPECIFICATIONS: Standard 19-inch rack/panel mount enclosure for installation in cabinet Power: 120VAC, 60 Hz Integral sample pump with On/Off button/switch located on front of enclosure Flow meter and flow adjustment located on front of enclosure Sample gas flow rate of 2 lpm or less Gas and electrical connections located on rear of the enclosure LCD backlight display Warm-up Period: 2 hours or less to met technical specifications for gas readings Noise Dampening setting of 1 to 20 seconds or less in 1 second or less increment Analog output for all gases and software for connecting to computer, 4-20 mA and RS485 outputs PROFIBUS capable Software for transferring gas readings to computer On-site set-up and training in operating of gas instrument Display resolution for gas concentrations: at least 0.1% for infrared or 1 ppm for CO 3.0 Shipping/Delivery: 3.1 Units to be shipped to: Attn: Ginger DeWitt Mine Safety and Health Administration 626 Cochrans Mill Rd, Bldg 38 Pittsburgh, PA 15236 412-386-6940 3.2 Special Shipping Instructions: Unit will need to be delivered to the 2nd floor room 202. 3.3 Shipping shall be provided by the supplier. (FOB: DEST) 4.0 Required Date: Within 8-10 weeks after receipt of order. 5.0 Required approvals/compliances: N/A PERIOD OF PERFORMANCE: Delivery of units to be within 8-10 weeks after receipt of order. The following provisions and clauses apply to this acquisition: FAR 52.202-1, Definitions; 52.203-5, Covenant Against Contingent Fees; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.203-7, Anti-Kickback Procedures; 52.204-6, Data Universal Numbering System (DUNS) Number; 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.211-5, Material Requirements; 52.212-1, Instructions to Offerors-Commercial; 52.212-2, Evaluation-Commercial Items (See Addenda below); 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.216-24, Limitation of Government Liability; 52.216-25, Contract Definitization; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports for Veterans; 52.222-41, Service Contract Act of 1965; 52.222-50, Combating Trafficking in Persons; 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-18, Place of Manufacture; 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 52.232-1, Payments; 52.233-1, Disputes, Alternate I; 52.233-2, Service of Protest; 52.233-3, Protest after Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation;52.243-1, Changes-Fixed Price; 52.244-6, Subcontracts for Commercial Items; 52.247-34, F.o.B. Destination. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items also applies to this acquisition to include 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Addenda to 52.212-2, Evaluation-Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: i) Adherence to Product Specification ii) Price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government will award a single Firm Fixed Price contract based on the Offeror whose quote, conforming to the specifications named in the Product Specification, will be the lowest price technically acceptable. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for Factor I, (Adherence to Product Specification). The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror's initial offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. EVALUATION SUMMARY: FACTOR I. - ADHERENCE TO PRODUCT SPECIFICATION-The Offeror shall submit evidence that acknowledges the features and tasks identified in the Product Specification to allow the Government to make a sufficient determination that the Offeror is capable of delivering the required items and performing the work. The Government will evaluate the Offeror's understanding of the work to be performed in accordance with the information outlined in the Product Specification. FACTOR II. - PRICE - The Government will evaluate offers for award purposes by adding the total of all CLIN prices, including all options to ensure that pricing is not unbalanced. Price will be evaluated for completeness and reasonableness using the techniques in FAR 15.404-1(b) (2). No adjectival ratings will be used to evaluate Price. The Offeror shall provide a document outlining their pricing using the contract line items listed above. Pricing must be provided separately from your proposal. ADJECTIVAL RATINGS: Quotes will be adjectivally rated against each of the evaluation factors set forth in this solicitation. Adjectival ratings for Factor I, Adherence to Product Specification follows. No adjectival ratings will be used to evaluate Factor II, Price. Factor I- Adherence to Product Specification will be rated using the following Adjectival Scale: Acceptable-The proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes strengths which significantly outweigh the weaknesses. The risk of unsuccessful performance is at least moderate, as the proposal solutions are feasible and practical. These solutions are further considered to reflect moderate risk in that they are clear and precise, fully supported, and demonstrate an understanding of the requirement. Unacceptable- The proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has numerous weaknesses which outweigh the strengths. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions are further considered to reflect very high risk in that they lack clarity or precision, are unsupported, and do not demonstrate a complete understanding of the requirement. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with your offer. Quotes must be received by Mindy Smith, Contract Specialist, no later than 8:00 AM (EST) on June 4, 2012. Quotes will be accepted by e-mail at smith.mindy@dol.gov. Quotes must be submitted in a format compatible with Microsoft Office 2007 or Adobe and remain valid for a period of 45 days after the close of this combined synopsis/solicitation. Pricing must be sent as a separate file. All questions on this requirement must be submitted in writing via e-mail to the Contract Specialist by May 25, 2012 at 10:00 AM (EST). Phone calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/BeacerWV/465-12MR-1864-1/listing.html)
 
Place of Performance
Address: Mine Safety and Health Administration, 626 Cochrans Mill Road, Bldg 38, Pittsburgh, Pennsylvania, 15236, United States
Zip Code: 15236
 
Record
SN02761463-W 20120601/120530235946-ccacbf79f142b89cbe97408fe06f1175 (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.