SOLICITATION NOTICE
J -- Maintenance, Repair and Calibration of RadNet Air Monitors
- Notice Date
- 10/13/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- RTPPODUS Environmental Protection Agency109 T.W. Alexander DriveMail Code: E105-02Research Triangle ParkNC27709USA
- ZIP Code
- 00000
- Solicitation Number
- SOL-NC-12-00007
- Response Due
- 11/14/2011
- Archive Date
- 12/14/2011
- Point of Contact
- Antonio L. Leathers
- E-Mail Address
-
leathers.antonio@epa.gov
(Leathers.Antonio@epa.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES 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. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is SOL-NC-12-00007 and is being issued as a full and open competition Request for Quotation (RFQ) using FAR Part 12 Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-53. The associated North American Industry Classification System (NAICS) Code 811219, which has a size standard of $19.0 million to qualify as a small business, is applicable. A Time and Material contract is anticipated to result from the award of this solicitation. The United States Environmental Protection Agency?s Office of Radiation and Indoor Air (ORI A) is upgrading its RadNet air particulate radiological monitoring system. As part of this upgrade, EPA has installed air monitoring stations at outdoor locations, where they continuously collect particulate matter in ambient air on fixed filters. Stations' operators perform basic operations, primarily starting and stopping the air sampler to change filters. At most locations, a mechanical or instrument technician is not available to troubleshoot or correct problems. During normal operation, filters are changed approximately twice a week by a local operator and mailed to a laboratory for analysis. During sample collection, the monitoring stations continuously monitor the filter for accumulation of radioactive material. The radiation measurements are stored by the monitoring station and transmitted, both automatically and on demand, via redundant communications systems that are an integral part of the monitoring station, to the EPA?s National Air and Radiation Environmental Laboratory (NAREL), in Montgomery, Alabama. Whenever deemed necessary, NAREL remotely connects with one or more monitoring stations to initiate transfer of additional data and/or to modify operating parameters. The monitoring stations are periodically re-calibrated in their installed locations. Calibration is accomplished by sending a calibration kit containing standards and all other necessary equipment to the station operator. Acquisition of calibration data and any necessary adjustments are made by remote interface via telemetry by personnel at NAREL, who coordinate by telephone with the station operator. The station operator assists by placing and removing standards and accessory equipment, taken from the calibration kit, as directed by personnel at NAREL.As of September 2011, one hundred and thirty-four monitoring stations have been installed since the commencement of the system upgrade. Additional monitoring stations may be installed throughout the United States and its Territories as requirements arise. The contractor shall perform the following services (See attached Statement of Work): 1. Provide on-site maintenance and repair of RadNet fixed monitors; 2. Provide repair of defective monitor components; 3. Document and report inventory of spare parts; 4. Identify, test, evaluate and provide alternative replacement components; and 5. Provide expedited (72 hour) on-site maintenance and repair of RadNet fixed monitors. Any applicable and allowable travel will be reimbursed in accordance with the Federal Travel Regulations (FTR). The following FAR provisions apply to this solicitation: 52-212-1, Instructions to Offerors?Commercial Items; 52.212-2, Evaluation-Commercial Items. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: A. TECHNICAL CRITERIA: 1.Management Plan and Technical Approach: Staffing Plan; Operation and Maintenance Plan; and Quality Assurance Plan. 2. Corporate Experience 3. Past Performance. 4. Key Personnel.. B. PAST PERFORMANCE: Offerors shall submit information which requires the submission of a list of at least two (2) and no more than five (5) contracts and subcontracts completed in the last five (5) years, as well as all contracts and subcontracts currently in process which are similar in nature to the requirements of this contract. Pricing for these contracts may be removed. C. BASIS FOR AWARD: The Government intends to award a single contract to the responsible offeror whose technically acceptable proposal offers the `Best Value? to the Government price and other factors considered. For this requirement, `best value? will be determined based on technical criteria, past performance, contractor?s proposed performance level and price. For this requirement, technical criteria and past performance are significantly more important than price. Price will be evaluated inclusive of all options. All offerors are to complete the On-line R epresentations and Certifications at https://orca.bpn.gov/. The following FAR clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items and the following additional FAR clauses which are cited in Clause 52.212-5: 52.219-28, Post Award Small Business Program Representation; 52.217-9, Option to Extend the Term; 52.222-3 Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-50, Combating Trafficking in Persons; 52.225-13 Restrictions on Certain Foreign Purchases; 52.227-17, Rights in Data-Special Works; 52-232-33, Payment by Electronic Funds Transfer-Central Contractor Re gistration; 52.222-41, Service Contract Act of 1965, As Amended; 52.222-42, Statement of Equivalent Rates for Federal Hires, 52.246-11 Higher-level Contract Quality Requirement; 1552.217-77, Option to Extend the Term of the Contract-Fixed Price. All technical questions are to be forwarded via email to the Contract Specialist no later than October 21, 2011, 12:00 p.m. ET at the following email address: leathers.antonio@epa.gov. Offerors should review the Statement of Work, Technical Evaluation Criteria, Appendix 1 ?Monitoring Station Component Specifications? and other information posted with this Request for Quotation on EPA's website at the following address: http://www.epa.gov/oamrtpnc/1200007/index.htm. ALL FURTHER INFORMATION RELATED TO THIS SOLICITATION WILL BE LOCATED AT THE EPA WEBSITE. Please submit two copies each of the technical proposal, including contractor?s proposed performance level and price proposal (including schedule of items) to U.S. Environmental P rotection Agency, RTP Procurement Operations Division, Attn: Antonio L. Leathers (E105-02), 4930 Old Page Road, Durham, NC 27703. All offers are due by November 14, 2011, 12:00 p.m., ET. No telephonic or faxed responses will be honored. E-mail proposals are acceptable and should be e-mailed to: leathers.antonio@epa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/CMD/SOL-NC-12-00007/listing.html)
- Record
- SN02606748-W 20111015/111013234432-1f81d47b4fba7300c4f84b886711d497 (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 |