Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2012 FBO #3904
SOLICITATION NOTICE

52 -- Respirable Dust Sampling Pump and Accessories

Notice Date
7/31/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
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
60-12MR-1892
 
Archive Date
8/29/2012
 
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
Total Small Business
 
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 60-12MR-1892 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 2005-60. This is a total small business set aside with an associated North American Industrial Classification System (NAICS) code of 334513, Instruments and related products manufacturing for measuring, displaying and controlling industrial process variables with a small business size standard of 500 employees. COST/PRICE SCHEDULE CLIN ITEM DESCRIPTION QTY. UNIT UNIT PRICE TOTAL 001 Escort ELF 5-pack with 42 PK $ $ Sampling line (Zefon Part Number 805563) 002 10mm Respirable Dust cyclone 200 EA $ $ (Zefon Part Number 456243) 003 Cyclone Assembly 350 EA $ $ (Zefon Part Number 456228) 004 Escort ELF Replacement 150 EA $ $ Battery (Zefon Part Number 10087242) 005 Shipping for all locations 1 LT $ $ Product Specifications Elf pump Justification: MSHA must be prepared to monitor the working environment of the mines in order to determine if the concentration of respirable coal mine dust is being effectively controlled by the measures utilized by the mine operator. CMS&H will purchase Zefon Escort Elf respirable dust sampling pump or equivalent to test the dust levels in the mines they inspect. Specifications: Zefon Escort Elf Pump Operating Flow Control Volumetric flow rate held within ± 2.5% of set-point over the 1-to-3 lpm operating range (± 5% to 0.5 lpm), with automatic compensation for battery voltage, altitude, temperature and sample load changes. Flow Rate Flow rate adjustable between 0.5 and 3 lpm; lower flow rates attainable (to 1 mlpm) with optional Gemini Twin-Port Sampling accessory. Flow Indication Liquid Crystal Display provides 0.01 lpm resolution. Operating Range 30 inches of water load up to 2 lpm and 10 inches up to 3 lpm. Flow Blockage Detection Flow-Fault LED comes on immediately when block is detected. Pump shuts down within 90 seconds if block is not cleared. Elapsed Time Readout To 999 minutes in increments of 1 minute. Holds the last reading after either fl ow blockage or low battery shutdown and when pump is off or in hold mode. Operating Time Varies with flow rate and sampling device loading. Operating Temperature Limits 32°-113°F (0°-45°C) Physical Weight 23 oz. (652 gm), with battery pack. Dimensions 2.25" D x 4.25" H x 4" W (5.7 cm x 10.8 cm x 10.2 cm), with battery pack. Power Supply 4.8-volt battery pack of four NiMH cells. (Units Mfg before Oct 2011 contain NiCd cells) Battery Pack Capacity 2.8 amp hours (NiMH version), 2.4 amp hours (NiCD version) Battery Pack Recharge Time 14-16 hours (overnight) with Omega TM Charger. Typical Battery Pack Life 300 or more charging cycles Shipping/Delivery: See attached distribution list Required Date: Within 4 weeks of contract award. Distribution Addresses and Quantities of each line item MSHA District 1 Attn: Jeannie Leslie The Stegmaier Building, Suite 34 7 North Wilkes-Barre Boulevard Wilkes-Barre, Pennsylvania 18702 ELF Pumps (5-pack) - 1 Head Assembly - 5 Cyclone - 13 Battery Pack - 5 MSHA District 2 Attn: Thomas Light/ Cynthia Lindberg Paladin Professional Center 631 Excel Drive Suite 100 Mt. Pleasant, PA 15666 ELF Pumps (5-pack) - 5 Head Assembly - 23 Cyclone - 41 Battery Pack - 17 MSHA District 3 Attn: Bob Cornett / Kimberly Cordwell 604 Cheat Road Morgantown, West Virginia 26508 ELF Pumps (5-pack) - 4 Head Assembly - 17 Cyclone - 29 Battery Pack - 13 MSHA District 4 Attn: Charles Carpenter/Sandy Humphrey 100 Bluestone Road Mt. Hope, West Virginia 25880 ELF Pumps (5-pack) - 5 Head Assembly - 24 Cyclone - 43 Battery Pack - 18 MSHA District 5 Attn: Greg Meikle/ Carolyn Archer 147 Plaza Rd. Wise County Plaza 2nd Floor Norton, VA 24273 ELF Pumps (5-pack) - 3 Head Assembly - 16 Cyclone - 27 Battery Pack - 12 MSHA District 6 Attn: Norman Page / Kim Moore 100 Fae Ramsey Lane Pikeville, KY 41501 ELF Pumps (5-pack) - 5 Head Assembly - 22 Cyclone - 39 Battery Pack -17 MSHA District 7 Attn: Tommy Hooker/Loretta Roark 3837 S. U.S. HWY 25E Barbourville, KY 40906 ELF Pumps (5-pack) - 4 Head Assembly - 20 Cyclone - 35 Battery Pack - 15 MSHA District 8 Attn: MaryJo Bishop/Janet Kitchin 2300 Willow Street, Suite 200 Vincennes, Indiana 47591 ELF Pumps (5-pack) - 4 Head Assembly - 18 Cyclone - 27 Battery Pack - 12 MSHA District 9 Attn: Allyn Davis/JoLynn Fast 2nd Street, Building 25 Denver Federal Center Denver, CO 80225-0367 ELF Pumps (5-pack) - 4 Head Assembly - 17 Cyclone - 30 Battery Pack - 13 MSHA District 10 Attn: Jim Langley/Laura Poole 100 YMCA Drive Madisonville, KY 42431 ELF Pumps (5-pack) - 2 Head Assembly - 11 Cyclone - 19 Battery Pack - 8 MSHA District 11 Attn: Richard Gates/Michele Bonam 135 Gemini Circle, Suite 213 Birmingham, AL 35209 ELF Pumps (5-pack) - 1 Head Assembly - 7 Cyclone - 12 Battery Pack - 5 MSHA District 12 Attn: Tim Watkins/Tammy Walker 1301 Airport Road Beaver, WV 25813 ELF Pumps (5-pack) - 4 Head Assembly - 20 Cyclone - 35 Battery Pack -15 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 a. MSHA/NIOSH approved under 30 CFR part 74 - any vendor offering a unit that is not MSHA/NIOSH approved will be immediately eliminated from further consideration for award. b. Part of a complete approved sampling unit including pump, sampling head assemble and filter cassette - any vendor offering a complete approved sampling unit that is not MSHA/NIOSH approved will be immediately eliminated from further considerations for award. c. MRE conversion factor applicable to unit d. 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. 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 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. - 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. PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION 2012 - XXXX) (MONTH 2012) (a) This clause implements the temporary policy provided by OMB Policy Memorandum M- 12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (b) Upon receipt of accelerated payments from the Government, the contractor is required to pay all small business subcontractors on an accelerated timetable to the maximum extent practicable after receipt of invoice and all proper documents. (c) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business. 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. Registration activities are being consolidated to the www.SAM.gov. The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. All invoicing for this requirement will be utilizing electronic invoicing methods. Questions regarding this requirement are to be sent to Worrells.deborah@dol.gov no later than August 7, 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 August 14 2012 at 4:00 pm EST. Proposals shall be sent to Deborah 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 subject of email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/ArlingtonVA/60-12MR-1892 /listing.html)
 
Place of Performance
Address: 1100 Wilson Boulevard, Arlington, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN02820734-W 20120802/120731235051-c48f663640c59b919979080dfff2fd54 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.