Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,1996 PSA#1624

USMC Regional Contracting Office (Far East), PSC 557, Box 2000, FPO AP 96379-2000

66 -- PORTABLE GAS MONITORING KIT AND TEST CALIBRATION Sol M67400-96-R-0003, Due 072596, contact E.R. Goodman, 011-81-6117-45-1504 or 3974; fax 011-81-988-93-6024, Contracting Officer, P.A. Darrah. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Sub-part 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 M67400-96-R-0003 is issued as a Request For Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-37 and Defense Federal Acquisition Circular 91-9. Offerors shall provide a description, to include manufacturer, brand, model number and part number of the products in sufficient detail to evaluate compliance with the requirements in the solicitation. Description of Requirements for items to be acquired: CLIN 0001: Confined Space Kit to include portable gas monitor, designed to detect hazardous gases in confined spaces. The Kit shall include battery operated sample draw pump and carrying case, Shall simultaneously monitor at least the following four gases: oxygen, hydrocarbon, hydrogen sulfide, and carbon monoxide; The power source shall be either alkaline or rechargeable batteries in interchangeable packs, and shall allow recharging of battery packs either in or out of unit; Shall be waterproof and programmable for user and site location identification; The humidity range shall be 0 to 95% Relative Humidity (non-condensing); Shall have 100% sensor failure monitoring and indicate if sensors are missing; Shall have a built-in ability to down-load logged data into a personal computer and be Windows compatible; Shall have Liquid Crystal Display (LCD) and shall show the following data on demand; date & time, real-time gas concentrations, battery capacity, alarm-set points, temperature, log time remaining, and Time Weighted Averages (TWA), and Short Term Exposure Limit (STEL), and have backlighting capability; The sampling methods shall be both diffusion and sample-draw, and have a minimum of 90% in 60 seconds; Shall have both audible and visual user definable, programmable alarm points for indicating low battery, low pump flow, and TWA and STEL for Carbon Monoxide and Hydrogen Sulfide; Shall have UL classification that meets requirements of Class 1, Division 1, Groups A, B, C & D; The user must be able to replace batteries, and filters on site; The gas monitor must have a maximum weight of 32 oz; The required range of gases detected shall be: Hydrocarbons: 0 - 100% Lower Explosive Limit (LEL) in 1% increments, 0 - 50,000 Parts Per Million (ppm) in 50 ppm increments, 0 - 5.00% Volume in 0.01% increments; Oxygen - 0 to 30% Volume in 0.1% increments; Carbon Monoxide - 0 - 500 ppm in 1 ppm increments; Hydrogen Sulfide - 0 - 100 ppm in 1 ppm increments; The required accuracy shall be: Hydrocarbons Lower Explosive Limit (LEL), plus or minus 5% of reading; Oxygen, plus or minus 0.2 % Volume; Hydrocarbons (ppm), Carbon Monoxide and Hydrogen Sulfide, plus or minus 10% of reading or better; Required repeatability shall be: Hydrocarbons (LEL), plus or minus 3% of reading; Oxygen, plus or minus 0.1% Volume; Carbon Monoxide, Hydrogen Sulfide, plus or minus 5% of reading; The Contractor shall provide a data retrieval software package as well as a training video, 27 KITS. CLIN 0002: Probe Filters, for the Portable Gas Monitor, 54 ea. CLIN 0003: Battery Pack, for the Portable Gas Monitor. Battery packs shall have a battery life of 12 hours at 7 hours with a draw pump or better, 27 ea. CLIN 0004: Hydrocarbon Sensors for the Portable Gas Monitor, 22 ea. CLIN 0005: Oxygen sensors for the Portable Gas Monitor, 22 ea. CLIN 0006 Carbon Monoxide Sensors for the Portable Gas Monitor, 22 Ea. CLIN 0007: Hydrogen Sulfide sensors for the Portable Gas Monitor, 22 ea. CLIN 0008: 4-IN-1 Gas Cylinder for Hydrogen Sulfide, Oxygen, Methane, Carbon Monoxide Sensors for Portable Gas Monitor, 27 ea CLIN 0009: Automatic test and calibration unit for the Portable Gas Monitor to consist of the automatic calibration unit, Multi-gas cylinder, bypass valve, and pressure regulator. The unit shall be made by the same manufacturer as the monitor and shall run diagnostics, apply test gas, and make necessary calibration adjustments to the gas monitor; Input power shall be 120 VAC, 2 AMPS; Shall have external parallel and serial interface to print hard copy report, and enable host computer to access the automatic calibration unit by modem and retrieve calibration results; Unit shall have LED status indicator lights: Unit shall gather and store serial or I.D. number of instrument, date, time and test results: Shall allow calibration record to be saved on disk. 2 ea. All items shall be delivered FOB destination to: A/CS G-6, Building 5851, MCB Camp Smedley D. Butler, Unit 35001, Okinawa, Japan. Material to be handled, packaged and shipped in such a manner as to preclude damage to all equipment, with special attention to calibration device and heat sensitive and magnetic features of the equipment. The required delivery time is 15 days after notification of award. Acceptance will be made at destination. Commercial air freight, ``airport to airport'' using government tender air freight carriers such as FEDEX, DHL or Emery, is the required method of shipment for all items. FAR 52.212-1, Instructions to Offerors - Commercial Items (Oct 1995) applies to this acquisition as does FAR 52.212-2, Evaluation - Commercial Items (Oct 1995). The following factors, listed in descending order of importance, will be used to evaluate offers: (1) Price. The Government intends to evaluate proposals and may award a contract without discussions, therefore, offerors are encouraged to submit their best offer from a cost or price standpoint, (2) Technical Capability. Offerors shall submit descriptive literature of the items being offered in sufficient detail to assure compliance with the requirements. (3) Past Performance. Offeror shall submit the following information concerning similar items furnished during the past two (2) years: Name, address, telephone number, point of contact, total dollar amount of contracts or orders from Federal, State, Local Government agencies or private companies in which the offer has performed similar services. In addition, the offerors may provide information on difficulties encountered while performing those contracts or orders and offerors corrective action used to resolve those difficulties. Price is an importance evaluation factor for award; however, technical capabilities and past performance factors, when combined, are approximately equal to price. The offeror is required submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 1995), with its offer. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 1995) applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items (Jan 1996) is incorporated in this solicitation. The following additional clauses apply to this acquisition: FAR 52.203-6, Restrictions on Subcontractors Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (41 U.S.C. 423); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C., 4212); FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). Incorporated in this solicitation are FAR 52.225-7 Balance of Payments Program (APR 1984), and FAR 52.214-21 Descriptive Literature (APR 1984). Proposals shall be sent to The Regional Contracting Office, PSC 557, Box 2000, FPO AP 96379-2000. Offers must arrive NLT 1500 hours, Japan Standard Time on July 25, 1996. For additional information, contact Staff Sergeant E.R. Goodman at 011-81-6117-45-1504 or Fax 011-81-988-93-6024. All responsible sources may submit an offer which will be considered. (173)

Loren Data Corp. http://www.ld.com (SYN# 0346 19960625\66-0001.SOL)


66 - Instruments and Laboratory Equipment Index Page