SOLICITATION NOTICE
42 -- Self Contained Self Rescuers
- Notice Date
- 6/5/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423490
— Other Professional Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of Labor, Mine Safety and Health Administration, Acquisition Management Division (VA), 1100 Wilson Boulevard, Room 2133, Arlington, Virginia, 22209-3939
- ZIP Code
- 22209-3939
- Solicitation Number
- MSHA-CTE1874-219-220
- Archive Date
- 7/5/2012
- Point of Contact
- DEBORAH W WORRELLS, Phone: 304-256-3389
- E-Mail Address
-
worrells.deborah@dol.gov
(worrells.deborah@dol.gov)
- Small Business Set-Aside
- N/A
- Description
- 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is MSHA-CTE1874-219-220 and is issued as a request for proposals. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. This is requirement is associated with North American Industrial Classification System (NAICS) code of 423490, Other Professional Equipment and Suppliers Merchant Wholesalers. COST/PRICE SCHEDULE CLIN ITEM DESCRIPTION QTY. UNIT UNIT PRICE TOTAL 001 Self Contained Self Rescuers 691 EA $ $ (SRLD or equivalent) 002 Pouches for Self Contained 571 EA $ $ Self Rescuers (SRLD or equivalent) 003 Shipping for Coal 1 LT $ $ 004 Shipping for EPD (Denver) 1 LT $ $ 005 Shipping for Technical Support 1 LT $ $ 006 Shipping for EPD (Beaver) 1 LT $ $ Product Specifications For: Self Contained Self Rescuer model Justification: This action is for the purchase of Self Contained Self Rescuers (SCSR). SCSRs are required for any inspector who goes underground. Under the regulations in 30 CFR Part 75, these units must be MSHA and NIOSH approved units. Working in a coal mine subjects personnel to a harsh environment where the average mine height is approximately 42 inches, there is no light, the surfaces are wet and slippery, and the average temperature is approximately 55 degrees. There is usually only 2 means into or out of the mine. The environment may contain methane and other harmful gasses. In the event of an emergency, the breathing environment may become contaminated with carbon monoxide, methane, carbon dioxide and other noxious gasses. In such emergency situations the MSHA personnel must depend on the Self Contained Self Rescuers for a breathable mixture of air that will permit them adequate time to safely exit the mine. Moreover, space and weight concerns are of paramount importance to MSHA inspectors. MSHA inspectors frequently need to work in very tight spaces, many of which are less than 30 inches tall. A unit that be securely worn on the belt is very important. In addition, MSHA inspectors need to carry a significant amount of equipment, often weighing as much as 45 pounds. As a result, smaller, lighter equipment lessens the load that inspectors need to carry. This is not just a question of comfort but of safety. Specifications: Self Contained Self Rescuer Technical Specifications Operating Performance: Usage period Ve Volume 10 Liters/min 3.5 Hours Ve Volume 30 Liters/min 75 minutes VO2 1.35 Liter O2/min 60 Minutes Storage Temperature Operating temperature -20 Degrees F to 150 degrees F Relative humidity up to 100% Barometric pressure 700 to 1300 jPa Breathing Bag volume >3 liters Breathing resistance Inhalation plus exhalation @ 30 L/min at deployment 70 mm H2O @ 30 L/min at 60 minutes 150 mm H20 Physical dimensions Dimensions H X W X D 8.5 X 6 X 4.25 inches Weight (Carried) 5 lb 14 oz Weight (deployed) 5 lb 1 oz Pouches for SCSR Pouches must be made for the unit as required by the MSHA/NIOSH approval Coal Distribution 571 SCSRs and 571 pouches Quantity: 22 MSHA District 1 Attn: Jeannie Leslie The Stegmaier Building, Suite 34 7 North Wilkes-Barre Boulevard Wilkes-Barre, Pennsylvania 18702 Quantity: 11 MSHA District 2 Attn: Thomas Light/ Cynthia Lindberg Paladin Professional Center 631 Excel Drive Suite 100 Mt. Pleasant, PA 15666 Quantity: 79 MSHA District 3 Attn: Bob Cornett / Kimberly Cordwell 604 Cheat Road Morgantown, West Virginia 26508 Quantity: 52 MSHA District 4 Attn: Charles Carpenter/Sandy Humphrey 100 Bluestone Road Mt. Hope, West Virginia 25880 Quantity: 72 MSHA District 5 Attn: Greg Meikle/ Carolyn Archer 147 Plaza Rd. Wise County Plaza 2nd Floor Norton, VA 24273 Quantity: 105 MSHA District 6 Attn: Norman Page / Kim Moore 100 Fae Ramsey Lane Pikeville, KY 41501 Quantity: 92 MSHA District 7 Attn: Tommy Hooker / Loretta Roark 3837 S. U.S. HWY 25E Barbourville, Kentucky 40906 Quantity: 60 MSHA District 8 Janet Kitchin 2300 Willow Street, Suite 200 Vincennes, Indiana 47591 Quantity: 10 MSHA District 9 Attn: Allyn Davis/JoLynn Fast 2nd Street, Building 25 Denver Federal Center Denver, CO 80225-0367 Quantity: 6 MSHA District 10 Attn: Jim Langley / Laura Poole 100 YMCA Drive Madisonville, Kentucky 42431 Quantity: 2 MSHA District 11 Attn: Richard Gates /Michele Bonam 135 Gemini Circle, Suite 213 Birmingham, Alabama 35209 Quantity: 60 MSHA District 12 Attn: Tim Watkins/Tammy Walker 1301 Airport Rd Beaver WV 25813 Technical Support Distribution Deliver 40 SCSR to: Donna Schorr, COTR Mine Safety and Health Administration Pittsburgh Safety & Health Technology Center 626 Cochrans Mills Road Building 38 Pittsburgh, PA 15236 Deliver 20 SCSR to: David Diegmiller, COTR Mine Safety & Health Administration Approval & Certification Center 765 Technology Drive Triadelphia, WV 26059 EPD Distribution Deliver 30 SCSR to: Kerbi Jacobson Mine Safety and Health Administration, EPD Denver Federal Center, 2nd St., Bldg 25 Denver, CO 80225 Deliver 30 SCSR to: Laurie Starcher MSHA-National Mine Health and Safety Academy 1301 Airport Road Beaver, WV 25813 The following provisions and clauses apply to this procurement: - 52.212-1, Instructions to Offerors-Commercial (FEB 2012) 52.211-6 Brand Name or Equal. BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. - 52.212-2, Evaluation-Commercial Items (JAN 1999) applies to this acquisition, with the following addendum to paragraph a: (a) 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: A. Technical Capability 1. Understanding of the requirement - including the following elements: a. NIOSH and MSHA approved b. Physical dimensions c. Weight d. Breathing time (units submitted for consideration must be able to provide at a minimum 60 minutes of breathing time) e. Belt wearable B. Price The non-Price factors combined are significantly more important than Factor B, Price. However, price will become significantly more important as non-price factors approach equality. Offerors are cautioned that the award may not necessarily be made to the lowest price offered. The Government is more concerned with obtaining superior technical features than with making an award at the lowest overall price to the Government. However, the Government will not make an award at a significantly higher overall price to the Government to achieve slightly superior technical features. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for Factor A, and its associated sub-factors. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. The proposal will be evaluated to determine whether the offeror's methods and approach have adequately and completely considered, defined, and satisfied the requirements specified in the solicitation and whether the offeror's methods and approach to meeting the solicitation requirements provide the Government with a high level of confidence of successful completion within the required schedule. Sub-factor 1: UNDERSTANDING OF THE REQUIREMENT - The Government will evaluate the offeror's understanding of the work to be performed in accordance with the product specifications. The offeror shall submit a proposal that demonstrates its understanding of the work described in the Product specification. Units that are not jointly approved by MSHA and NIOSH will be considered unacceptable and eliminated for award consideration. PRICE. The offeror shall complete Schedule B (Cost/Price Schedule). The Government will evaluate offers for award purposes by adding the total of all CLIN prices. Price will be evaluated for completeness and reasonableness using the techniques in FAR 15.404-1(b) (2). Price will become significantly more important as technical ratings approach equality. No adjectival ratings will be used to evaluate Price. Adjectival Ratings. Proposals will be adjectivally rated against each of the evaluation factors set forth in this plan and in the solicitation. Adjectival ratings for Factors I, Technical (See Table 1). No adjectival ratings will be used to evaluate Factor II, Price. Adjectival Ratings. The following adjectival ratings will be used: Factor A- Technical, will be rated using the following Adjectival Scale ADJECTIVAL DEFINITION Outstanding A proposal that satisfies all of the Government's requirements with extensive detail to indicate feasibility of the approach and shows a thorough understanding of the problems and offers numerous significant strengths, which are not offset by weaknesses, with an overall low degree of risk in meeting the Government's requirements. Good A proposal that satisfies all of the Government's requirements with adequate detail to indicate feasibility of the approach and shows an understanding of the problems and offers some significant strengths or numerous minor strengths, which are not offset by weaknesses, with an overall low to moderate degree of risk in meeting the Government's requirements. Acceptable A proposal that satisfies all of the Government's requirements with minimal detail to indicate feasibility of the approach and shows a minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Government's requirements. Unacceptable A proposal that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the proposal. Table 1 - 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 2012) Offerors must include a completed copy of the provision at 52.212-3 with its offer be registered in the ORCA database. - 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012) - 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAR 2012). in paragraph (b) the following clauses apply; 52.204-10, 52.219-6, 52.219-28, 52.222-3, 52.223-18, 52.222-21, 52.222-26, 52.222-36, 52.225-1, 52.225-13, 52.232-33. The FAR may be obtained via the Internet at http://www.acquisition.gov/far/ Offeror must be registered in the Central Contractor Registration (CCR) database and ORCA database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. If the offeror is not registered in ORCA, it may do so through the ORCA website at https://orca.bpn.gov/. Registration in both CCR and ORCA is free. The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. Questions regarding this requirement are to be sent to Worrells.deborah@dol.gov no later than June 11, 2012 at 4:00 p.m. EST. No phone calls will be accepted. Answers to all questions received by this deadline will be posted on FedBizOpps in sufficient time for proposals to be submitted. Any questions received after this deadline will only be answered if time permits. All attachments must be in a PDF format or a format compatible with Microsoft Office 2003. All CLINS must be quoted for the proposal to be considered. All equivalents offered must include product specifications. Proposals are due to Contracting Officer Deborah Worrells by June 20, 2012 at 4:00 pm EST. Proposals shall be sent to Deborah W. Worrells, Contracting Officer, US Department of Labor, Mine Safety & Health Administration, 1301 Airport Road, Beaver, WV, 25813. The preferred method of submission is via e-mail to Worrells.deborah@dol.gov. Please indicate solicitation number in the Subject of the email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/ArlingtonVA/MSHA-CTE1874-219-220 /listing.html)
- Place of Performance
- Address: 1100 Wilson Boulevard, Arlington, Virginia, 22209, United States
- Zip Code: 22209
- Zip Code: 22209
- Record
- SN02765935-W 20120607/120605234628-c892a420f3e23b0bf802ab35d2970496 (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 |