SOLICITATION NOTICE
B -- Compressed Air Sample Testing/Analytical Lab Service
- Notice Date
- 4/28/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
- ZIP Code
- 98115-6349
- Solicitation Number
- NMAN8700-11-SE-02721
- Point of Contact
- Leslie C. Markey, Phone: 206-526-4233
- E-Mail Address
-
leslie.c.markey@noaa.gov
(leslie.c.markey@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION Compressed Air Sample Testing/Analytical Lab Service (I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NMAN8700-11-02721. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. (IV) This solicitation is being issued as unrestricted and open to all sources. The associated NAICS code is 541380. The small business size standard is 72 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial services: The NOAA Diving Center is in need of a bi-annual air testing program that would provide an analysis of the compressed breathing-air from the compressors that are used by various NOAA Diving Units and ships. Since we have already tested for the first half of year this purchase order would be for the last semi-annual of FY2011 with 3 option periods. Air testing program must meet the safety requirements set forth in the OSHA 29 CFR, 1910 Subpart T, and the NOAA Diving Regulations, NAO-209, 123 which state that compressed air from all active compressors shall be tested every six (6) months by an approved method. We use the U.S. Navy Diving Air Standards. This is a mandatory safety requirement. The test would be done using the U.S. Navy Diving Air Standards to meet OSHA guidelines for air purity for divers. We need the company to be an analytical laboratory that has been accredited by the American Industrial Hygiene Association (AIHA). (VI) Description of requirements is as follows: NOAA Diving Center requires that the results of the air testing be available within 24 hours of receiving the sample and they have online report access for our unit or ships to retrieve anywhere/anytime. The company selected must be able to provide both the 24 electronic results as well as the last 5 years of results on any given compressor for comparison purposes should a compressor fail. Also the company selected must have a PhD chemist on staff to provide guidance to our customers should a test fail and an afterhours technical staff as well. The company chosen will supply each unit with a sampling kit with everything needed to do the testing. Each kit will provide detailed instructions on how to perform the test. The postage will be paid by this company to and from a pre-paid shipping label that will be provided. We typically use 2-3 day air, but require the capability of doing overnight shipping to a unit or vessel if needed. Our units and ships are around the country including Alaska and Hawaii. Occasionally we have a ship that maybe in a remote are that would need a sampling kit sent to them. The Semi-Annual timeframes are January and July with some units testing out of the normal timeframe due to field seasons or sailing schedules. The following is what we are asking for this quote: -US Navy Air analysis testing - (Hi/Low pressure)- QTY: 38 -Nitrox Oxygen Compatible analysis - QTY: 4 -Addition sampling in case of failure (Retesting) - QTY: 4 -Postage for above (estimate since they are all over country) (VII) Date(s) and place(s) of delivery and acceptance (enter complete delivery address in one continuous sentence). Delivery shall be FOB Destination. Period of performance shall be base year: June 1, 2011 through September 30, 2011. Option Period #1: October 1, 2011 to September 30, 2012 Option Period #2: October 1, 2012 to September 30, 2013 Option Period #3: October 1, 2013 to September 30, 2014 (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (FAC 2005-51), applies to this acquisition. Offerors are instructed to provide written price quotes. (IX) FAR 52.212-2, Evaluation - Commercial Items (FAC 2005-51), applies to this acquisition. Paragraph (a) is hereby completed as follows: Must be able to meet government technical requirements as described in (VI). Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (FAC 2005-51), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (FAC 2005-51), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (FAC 2005-51) applies to this acquisition. (XIII) The following clauses are also applicable to this acquisition: N/A. The following additional contract requirements or terms and conditions apply: N/A (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 12:00 Midnight on May 13, 2011. All quotes must be faxed or emailed to the attention of (Leslie C. Markey). The fax number is (206) 526-6025 and email address is: leslie.c.markey@noaa.gov (XVI) Any questions regarding this solicitation should be directed to Leslie C. Markey, Purchasing Agent, 206-526-4233 or leslie.c.markey@noaa.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/NMAN8700-11-SE-02721/listing.html)
- Place of Performance
- Address: NOAA DIVING PROGRAM MOPX4, 7600 SAND POINT WAY NE - BLDG 8, SEATTLE WA 98115-6349, SEATTLE, Washington, 98115, United States
- Zip Code: 98115
- Zip Code: 98115
- Record
- SN02435192-W 20110430/110428234123-f901c89a3a72ea0c878ee03d46f7d2d7 (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 |