Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2013 FBO #4150
SOLICITATION NOTICE

66 -- COLD VAPOR ATOMIC ABSORPTION (AA) FOR MERCURY ANALYSIS

Notice Date
4/3/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
MICC - White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-13-T-MERC
 
Response Due
4/17/2013
 
Archive Date
6/2/2013
 
Point of Contact
Todd Kelley, 575.678.5995
 
E-Mail Address
MICC - White Sands Missile Range
(todd.g.kelley@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation Number W9124Q-13-T-MERC is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-65 effective Jan 29, 2013. This acquisition will be conducted in accordance with FAR Part 12 Commercial Item and FAR Part 13, Simplified Acquisition Procedures. The Government intends to award a firm fixed price contract to the successful offeror. Commercial Items purchased under FAR Part 12 may be awarded without Discussions, but the Government reserves the right to conduct discussions if the contracting officer determines they are necessary. White Sands Missile Range Laboratory has a requirement for a Mercury AA analyzer. The cold vapor atomic absorption spectroscopy Mercury AA analyzer shall be a state-of-the art system fully automated from an operation standpoint. The unit will be from a single vendor and capable of following the EPA methodology SW-846, liquid and soil samples. Specifications for the cold vapor atomic absorption (AA) for mercury analysis are listed below. Offers must include all requested requirements in order to be considered for this procurement. Qty 1 COLD VAPOR ATOMIC ABSORPTION (AA) FOR MERCURY ANALYSIS The system shall have but not be limited to the following minimal specifications: The AA Mercury analyzer must use wavelength of 253.7 nm for absorption measurements. Shall be able to comply with EPA methods 7470A and 7471B Auto sampler for multi-tube analysis. 10 standard containers for calibration curve. A minimum of 50 position unknown auto sampler AA detector module, Peristaltic pump module, control electronics, base tray Automatic rinse for Bubbler, all cables, tubing, fittings, and start up chemicals for automatic operation MDL of 1ppt detection limit, QA/QC software and long term stability Software programs based on a current supported Windows operating system, easy export of data to third party software such as Excel Graphical display of Mercury signals to simplify method development On line predictive maintenance to keep the system operating at peak performance Complete installation and verification by a factory trained service engineer On-site training by factory trained service engineer Extended Spare Parts Kit, consumables kit One year warranty You shall submit commercially available literature demonstrating that all of the capabilities listed on the Specifications list are met. A. Access and Security Requirements: Contractor, contractor employees, all associated sub-contractors, and subcontractor employees shall comply with applicable installation, facility and area commander installation and/or facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services, or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DoD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) change or the Commander implement select FPCON measures at an individual facility or for the installation, the Government may require changes in contractor security matters or processes. 1. White Sands Missile Range (WSMR) is a Department of Defense Military Installation and is restricted access in its entirety. The Department of the Army requires that all non-Department of Defense identification card holders complete a National Crime Information Center (NCIC) and Interstate Identification Index (III) check prior to gaining entry to the installation. The Directorate of Emergency Services, or the Garrison Commander reserve the right to refuse entry based on an individual's past record of criminal misconduct. 2. WSMR utilizes the contractor Access program known as RAPIDGate, by EID Passport. All Contractors and their employees needing daily access will be required to obtain a RAPIDGate Badge. Each Contractor will be required to complete the required enrollment documentation and pay the RAPIDGate enrollment fee. Information on RAPIDGate can be found at (www.rapidgate.com) or call 1-877-727-4342 for current prices). 3. Temporary personnel passes for deliveries and infrequent project/job site visits are issued at the Las Cruces and El Paso Gate and are valid for only one day. Waiting times for a temporary pass may be an hour or longer depending on the time of day, number of personnel waiting for a temporary pass, and the installation security condition. 4. All vehicles will be operated by a licensed driver. Contractor, contractor employees, all associated sub-contractors, and subcontractor employees will be required to present their picture identification (RAPIDGate Badge/Temporary Pass as well as an authorized picture identification (valid driver license or resident alien card) ) prior entry at all manned Access Control Points. All vehicles entering the installation are subject to a vehicle inspection as part of the installation security procedures. Failure to provide the required information will result in entry denial. 5. Contractor, contractor employees, all associated sub-contractors, and subcontractor employees who require entry through unmanned Access Control Points must coordinate with the CO and/or the COR. The CO and/or the COR must coordinate with the Directorate of Emergency Services, Physical Security Branch to obtain PIN Codes or combinations to locked gates a minimum of 5 working days prior to required access. 6. Access to the installation may be delayed between 5 minutes and 60 minutes due to road blocks, increased security precautions which may include verifying vehicle occupant(s) identification, vehicle manifests, and the searching of vehicles. Any general or specific threat to the safety of those working or living at WSMR could result in longer wait times at access control points to the installation. 7. Individuals not enrolled in RAPIDGate will be required to present valid picture identification (valid driver license or resident alien card), submit to a National Crime Information Center (NCIC) and Interstate Identification Index (III) check. Individuals will be issued an individual person pass as a second form of identification. Failure to provide/produce these forms of identification could result in entry denial. Coordination of this action will be processed through the contract COR to the WSMR DES. 8. Persons that have been issued a RAPIDGate Badge are not authorized to serve as an escort or vouch for non badge persons without the prior approval of DES Physical Security. 9. The Department of the Army requires that all non-Department of Defense identification card holders complete a National Crime Information Center (NCIC) and Interstate Identification Index (III) check prior to entry to the installation. Derogatory information, found as a result of the background check will result in a FAIL for issuance of a RAPIDGate Badge. 10. There is an appeals process through RAPIGate to the Directorate of Emergency Services. Final determination to allow entry and the issuance of a RAPIDGate badge rest with the Garrison Commander or his designee the Director, Emergency Services. 11. Contractor, contractor employees, all associated sub-contractors, and subcontractor employees as a result of a criminal records check and identified as a Registered Sex Offender, and granted access to the installation, will be required to register as a Sex Offender with the Directorate of Emergency Services, Police Division. The State of New Mexico statutes, provisions/restrictions apply for all Sex Offenders working on the installation. 12. The Department of Defense and the Department of the Army require that an annual/yearly Antiterrorism Exercise be held on the installation. This annual/yearly exercise may require access control points to the installation to be closed, or the curtailment of daily operations to include movement of personnel, and equipment on the installation. As a result of this requirement, the Contractor will cooperate with the installation to the fullest and cannot hold the US Government or the Installation accountable for cost overruns as a result of this mandated requirement. a. Contractors should work closely with the CO and/or the POC who has access to the installation training schedule. Work/deliveries should be scheduled accordingly by the Contractor. b. Contractors may as part of the exercise be required to provide an accountability of personnel to the CO and/or the POC of numbers of employees on hand and locations. B. Unauthorized weapons/firearms: Contractor, contractor employees, all associated sub-contractors, and subcontractor employees are not permitted to bring Privately Owned Weapons/Firearms on the installation. C. Operational delays as a result of Threat, Disaster, Weather, or Operational Testing: The Senior, or Garrison Commander as a result of an increase in threat, disaster, inclement weather or operational testing may require the installation curtail operations, limiting access to essential government employees only, block/restrict movement on major roads on or leading to WSMR, or close the installation. The contractor cannot hold the US Government or the Command at the installation responsible for cost overruns as a result of these operational decisions. Shipping is FOB Destination CONUS (Continental U.S.). No partial shipments unless otherwise specified at time of order New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. No GREY market items. Submitted Quotes will be valid for 30 days after the solicitation closing. The applicable NAICS code is 334516 with a size standard of 500 employees. Payment will be made by the Defense Financial and Accounting System (DFAS); therefore, you must be registered in the System for Award Management (SAM) (https://www.sam.gov), as well as, Wide Area Work Flow (https://wawf.eb.mil/). Award shall be made to the most technically acceptable and lowest price quote. The following clauses and provisions apply to this solicitation and are included by reference: FAR 52.212-1, Instructions to Offerors--Commercial Items (Jan 2006), applies to this acquisition. No addenda to this provision FAR 52.212-2, Evaluation--Commercial Items (Jan 1999), applies to this acquisition. 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: (1) technical capability of the item offered to meet the Government requirement; (2) price; (3) delivery terms. The Government intends to award to one vendor on an all or none basis. 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. Offerors must submit, along with their offer, a copy of the completed representations and certifications as prescribed in FAR provision 52.213-3, Offeror Representations and Certifications-Commercial Items (Aug 2009). Alternate I (Apr 2002) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007) applies to this acquisition. No addenda to this clause. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2010) the following additional FAR clauses cited in the clause are applicable: 52.204-7 Central Contractor Registration 52.203-6 Restrictions on Subcontractors Sales to the Government (Sep 2006) 52.203-6 Alternate I (Oct 1995) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor (June 2003) (E.O. 11755). 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) (E.O. 11246). 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.222-50 Alternate I (AUG 2007) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) Http://farsite.hill.af.mil 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification. 252.204-7004 ALTERNATE A, CENTRAL CONTRACTOR REGISTRATION (SEP 2007) 252.212-7000 Offeror Representations and Certifications--Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007) 252.232.7003 Electronic Submission of Payment Requests (Mar 2007) 252.247-7023 Transportation of Supplies by Sea (May 2002) Full text of these clauses may be found at http://www.arnet.gov/far. Direct procurement questions via e-mail to: todd.g.kelley.civ@mail.mil. Interested Offerors shall submit any questions concerning the solicitation no later than 2:00 PM, EST on 11 April 2013. INSTRUCTIONS TO OFFERORS: All quotes must be emailed to todd.g.kelley.civ@mail.mil or delivered to Todd Kelley, Bldg 143 Crozier Street Room 206, White Sands Missile Range, NM 88002 to be received no later than 2:00 p.m. EST. April 17, 2013. Please submit the following information with each quote; the duration required to complete delivery from the date of contract award, unit price, and Total cost. Award will be made on a Lowest Price Technical Acceptable (LPTA) basis. Quotes must be submitted by an authorized individual of the company, and dated. This combined synopsis/solicitation constitutes the total solicitation. There will be no other formal Request for Quotes (RFQs), or other information regarding these requirements. Offers are due not later than 2:00 p.m. EST. April 17, 2013. Todd Kelley todd.g.kelley.civ@mail.mil 575-678-5995
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9afa183e496b78fc7e0263a8e2e40fc1)
 
Place of Performance
Address: MICC - White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
 
Record
SN03027610-W 20130405/130403234559-9afa183e496b78fc7e0263a8e2e40fc1 (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.