SOLICITATION NOTICE
66 -- Gas Flow Calibration System
- Notice Date
- 9/19/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- Environmental Protection Agency, Reg. 4, Office Of Acquisition Management, 61 Forsyth Street, Atlanta, GA 30303
- ZIP Code
- 30303
- Solicitation Number
- RFQ-GA-07-00040
- Response Due
- 9/27/2007
- Archive Date
- 10/27/2007
- Point of Contact
- Point of Contact, Shayla Jenkins, Purchasing Agent, Phone (404) 562-8385
- E-Mail Address
-
U.S. Environmental Protection Agency
(jenkins.shayla@epa.gov)
- Description
- NAICS Code: 339111 NAICS Code: 339111 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation to be issued for quotes and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. Solicitation No. RFQ-GA-07-00036 is issued as a Commercial Solicitation using Simplified Acquisition Procedures found in FAR Part 13. This acquisition is 100% small business set-aside. The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose offer best conforms to the specifications, meets the Government's delivery schedule and is the most cost effective in accordance with the Evaluation Criteria below. This solicitation document and incorporated provisions and clauses are those that are in effect through the latest Federal Acquisition Circular. The contractor shall provide the one (1) of the following: 1) Met Lab- Base Gas Flow Calibration System; 2) Met Lab High Gas Flow Calibration System; 3) Met Lab Low Gas Flow Calibration System; 4) Integrator; and 5) Gas Flow Delivery System Mass Flow Controller Ambient. Additionally, the equipment must meet the flowing requirements for the gas flow calibration system: Use with non-corrosive, non-condensing, non-combustible gases, less than 70% humidity; Flow Modes: Pressure or Suction; Temperature and Pressure Sensors: Modular: Low (Model 10), Medium (Model 24), High (Model 44); Reading Modes: In the flow stream, Single Auto or User-Specified Burst; AC Adapter/Charger: 12V DC, >500ma, 2.5 mm, center positive, North American standard, others available; Battery System: 6V rechargeable, sealed lead-acid, 68 hrs typical operation; Inlet and Outlet Fitting: " ID compression fittings ( " outlet fitting Model 44); Ambient Temperature: 1530 C; Operating Pressure (Absolute): 15 PSI; Data Port (for use with Optimizer software): Serial (RS-232); Warranty: Product 1 year; battery 6 months; Accuracy: 15%; direct traceability to NIST; flow range of 5 50,000 cc; modular design to accommodate multiple calibration devices (mass flow controllers, critical flow orifice, etc.); operate between 15 30 degrees C; operating pressure of 15 psi; contains no mercury or other liquids; push button operation; includes software for instant flow comparisons and deviation percentages; interfaces with a PC; provides diagnostic readings of set points and mass flow output; and provides accessory bench for secure and proper mounting of calibration devices. Please include costs for SHIPPING & HANDLING, if applicable. The item shall be shipped to 980 College Station Road, Athens Georgia, 30605. Unless otherwise specified in the purchase order/contract, the supplier is responsible for the performance of all inspection requirements and quality control. It is also the contractor's responsibility to be familiar with applicable clauses and provisions. Award shall be based on the lowest priced technically acceptable quotation. The provision at FAR 52.212-1 Instructions to Offerors, Commercial Items, applies to this acquisition. Offerors are reminded to include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications, Commercial Items with the offer, which can be accessed at http://www.arnet.far.gov. The successful offeror must be registered in the Central Contractor Registration (CCR) database to be considered for award. The CCR database may be accessed at www.ccr.gov. Clause 52.212-4 Contract Terms and conditions--Commercial Items and Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items are hereby incorporated by reference. The Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being applicable to acquisitions of commercial items or components: 1) 52.219-6 Notice of Total Small Business Set-Aside; 2) 52.219-8 Utilization of Small Business Concerns; 3) 52.219-14 Limitations on Subcontracting; 4) 52.219-25 Small Disadvantaged Business Participation Program; 5) 52.222-3 Convict Labor; 6) 52.222-21 Prohibition of Segregated Facilities; 7) 52.222-22 Previous Contracts and Compliance Reports; 8) 52.222-25 Affirmative Action Compliance; 9) 52.222-26 Equal Opportunity; 10) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 11) 52.222-36 Affirmative Action for Workers with Disabilities; 12) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 13) 52.225-15 Restrictions on Certain Foreign Purchases; 14) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 15) 52.252-2 Clauses Incorporated by Reference; and, 16) 52.252-6 Authorized Deviation in Clauses, which are available at http://www.arnet.far.gov. All offers are due by 3:00 pm eastern standard time on 09/27/07. Offers may be mailed to Shayla Jenkins, Contract Specialist, EPA Region 4, Acquisition Management Section, 61 Forsyth St., SW, Atlanta, GA 30303; e-mailed to jenkins.shayla@epa.gov; or faxed to 404/562-8354. It is the offeror's responsibility to ensure receipt of faxes or e-mail quotes. Quotes shall include 1) a schedule (list) of offered items to include unit and total price, delivery time, & shipping charges if applicable, and 2) completed Representations and Certifications (FAR 52.212-3). NOTE: Offerors not submitting sufficient information may be eliminated from competition. Questions concerning this acquisition shall be submitted in writing and e-mailed to jenkins.shayla@epa.gov. All answers will be provided via an amendment to the solicitation. No paper copies of the Request for Quotes will be provided. Telephonic questions will not be answered and collect calls will not be accepted. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/EPA/OAM/RegIV/RFQ-GA-07-00040/listing.html)
- Record
- SN01411377-F 20070921/070920091831 (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 |