SOLICITATION NOTICE
A -- Aerostat System
- Notice Date
- 10/29/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, 26 West Martin Luther King Drive, Cincinnati, Ohio, 45268
- ZIP Code
- 45268
- Solicitation Number
- SOL-CI-12-00049
- Archive Date
- 12/14/2012
- Point of Contact
- Lisa Ryle, Phone: (513) 487-2851, David A Plagge,
- E-Mail Address
-
ryle.lisa@epa.gov, plagge.david@epa.gov
(ryle.lisa@epa.gov, plagge.david@epa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13, Simplified Acquisition Procedures, and FAR Subpart 12.6, Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation ; quotes are being requested and a written solicitation will not be issued. Solicitation SOL-CI-12-00049 is being issued as a Request for Quote (RFQ) and is designated as a full and open competition. The U.S. Environmental Protection Agency (EPA) is looking to purchase a maneuverable aerial system (Product Service Code AD24). The NAIC Code is 336411. The Request for Quote document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61. A firm-fixed price purchase order is anticipated to result from the award of this request for quote. The following FAR provisions apply to this solicitation: FAR 52.212-1 Instructions to Offerors - Commercial Items; All offerors are to include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. The following FAR clause applies to this acquisition: FAR 52.214-4 Contract Terms and Conditions - Commercial Items; and FAR 52.214-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, apply to this acquisition. The following additional clauses contained within 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012) (Pub. L. 109-282)(31 U.S.C. 6101 note); 52.209-6, Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.209-10, Prohibition of Contracting With Inverted Domestic Corporations (MAY 2012)(section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011)(if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a); 52-219-28, Post Award Small Business Program Rerepresentation (APR 2012) (15 U.S.C. 632(A)(2)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246), 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793); 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011). (E.O. 13513); 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (MAY 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805; 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) EPAAR 1552.21-79 Compliance with EPA Policies for Information Resources Management. (JAN 2012); and EPAAR 1552.233-70 Notice of filing requirements for agency protests. (JUL 1999). The following provision also applies to this: EPA-K-04-101 Representation by Corporations Regarding a Felony Conviction Under Federal Law or Unpaid Federal Tax Liability, (a) In accordance with Sections 433 and 434, of the Department of the Interior, Environment, and Related Agencies Appropriations Act, 2012 (H.R. 2055; Pub. L. 112-74), none of the funds made available by the Act may be used to enter into a contract with any corporation that: (1) Was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; (2) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror represents that: (1) It is [ ] is not [ ] a corporation that has been convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal law within the preceding 24 months, (2) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (c) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its representation was erroneous when submitted or has become erroneous by reason of changed circumstances. (d) A representation that any of the items in paragraph (b) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, failure of the Offeror to furnish a representation or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (e) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the representation required by paragraph (b) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (f) The representation in paragraph (b) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly provided an erroneous representation, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. THIS REPRESENTATION CONCERNS A MATTER WITHIN THE JURISDICTION OF AN AGENCY OF THE UNITED STATES AND THE MAKING OF A FALSE, FICTITIOUS, OR FRAUDULENT REPRESENTATION MAY RENDER THE MAKER SUBJECT TO PROSECUTION UNDER SECTION 1001, TITLE 18, UNITED STATES CODE. (End of Provision) The following EPA clause also applies: EPA-H-09-107 Unpaid Federal Tax Liability & Felony Criminal Violation Certification. (a) In order to meet the requirements of Sections 433 and 434 of Division E of the Consolidated Appropriations Act, 2012 (Pub.L. 112-74), the contractor shall provide the contracting officer a certification whereby the contractor certifies: (i) It is not a corporation that has been convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal law within the preceding 24 months; and (ii) It is not a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (b) Failure of the contractor to furnish a certification or provide such additional information as requested by the Contracting Officer may render the contractor ineligible for FY2012 contract funding. (c) The contractor has a continuing obligation to update the subject certification as required. (End of Clause) The vendor must provide Federal Tax Identification Number, Dun and Bradstreet Number, and SAM registration to be eligible for award. Any firm who believes that it is capable of meeting the EPA's requirement as stated herein must submit its response on/or before 4:30 P.M. EST time, November 29, 2012. Responses to this posting must be in writing and sent via email or courier to: Lisa Ryle U.S. Environmental Protection Agency 26 West Martin Luther King Drive Mail Code: NWD1 Cincinnati, OH 45268 at ryle.lisa@epa.gov The Government will award a contract resulting from this solicitation to the responsible offeror based upon the lowest price technically acceptable offer. MINIMUM GENERAL SPECIFICATIONS The U.S. EPA is looking to purchase a maneuverable, aerial system capable of lofting an approximately 23 kg (50 lb) payload to heights of up to about 300 m (1,000 ft). The aerial system will be used to sample emissions above a variety of open area sources, including prescribed fires, detonations, and industrial area sources. The aerial system must be maneuverable at a user-controlled altitude and coordinates either via electric (preferred) or non-carbon fuel self-propulsion or via a ground-based tether on a mobile platform or a combination thereof. It must have the following capabilities. MINIMUM OPERATIONAL REQUIREMENTS • At least 2 hour loft time • Capable of lofting, minimally, a 14 kg payload. Desired payload is 23 kg. • If lighter-than-air, a gas manifold and hose • Capable of being launched and retrieved with five or less persons. • Capable of being transported in a 20' trailer or less; trailer not necessary for this contract. • Ability to takeoff within a 500 m x 50 m area • Operable and maneuverable in winds up to 15 mph, gusts to 25 mph • Operable in light rain, humid conditions, 0 to 40 oC. • Can be initially deployed within 150 min • Automated safe return or rapid landing feature if ground control or wireless connection fails. • Capable of maintaining a fixed position (+/- 10m) wrt to the ground and altitude. • Altitude capabilities from 20 m to 300 m. • Maneuverable at altitude from ground-based, remote (at least 2000 m) control • Can maneuver or be maneuvered to move at 4m/sec (10 mph) in a quiescent atmosphere. • Capable of being oriented in relation to the ground and maintaining that orientation. • If tethered, o capable of moving into the wind to a position lateral and perpendicular to its secure point o If tethered, single tether only, 1,000 lb test o Battery operated (use of 12 V) electric winch with remote control (2000 m range) o Winch can fit in the back bed of an ATV such as a John Deere Gator o Winch components less than 150 lbs each o A level wind, or a mechanism to spread the tether across the width of the tether spool o Design and materials to minimize tether wear o Variable speed, reversible winch, capable of 0 to 50 m/min o Tether and winch capable of 1,000 lb tensile strength o Brake that can be applied during high speed operation and is locking o Remote control winch at 1000 m • Can be retrieved from 150 m altitude within 2 min and re-lofted to 150 m altitude within 2 min of launch • Flight-tolerant of turbulence such as that expected from open fire thermals such as forest fires • Must meet a payload capacity which includes a 3.05 kg, 48 V DC battery with a 10 Amp hour capacity. The Contractor can supply these power requirements and reduce the required loft capacity by 3.05 kg. The power supply should handle a 40 Amp surge. STRUCTURAL REQUIREMENTS • secure payload mount, capable of withstanding a 5 G force • quick change payload mount, allowing changeout in less than two minutes • Handling lines and ties capable of withstanding wind- and heat- derived turbulence • No inherently hazardous systems or components • Moisture-, heat-, tear-, and puncture-resistant shell • Means of ground securing/mooring included. • If balloon-like, can be patched on site with a repair kit (provided) • If fabric, use of a joint welder for seams during construction • Minimal boundary layer or propulsion effect proximal to the payload that will affect gas collection from the payload sampler. OTHER REQUIREMENTS • The system will have demonstrated minimal EMF issues • Availability of spare parts. • The supplying firm must have maintenance capability, if necessary. • Training in flight operations for two persons over one day is included. DELIVERY The Aerostat System shall be delivered to the U.S. EPA, National Risk Management Research Laboratory located in Research Triangle Park, NC. The F.O.B. point shall be destination to U.S. Environmental Agency 109 T.W. Alexander Dr. Mail Drop E343-04, Research Triangle Park, NC 27709 upon 30 days from award. DEMONSTRATION AND ACCEPTANCE Upon delivery, the contractor shall be required to demonstrate that the Aerostat System meets or exceeds all of the above stated specifications. Failure to comply may result in a termination of the contract pursuant to the terms of the default clause. Under a termination for default, the contractor may be held liable for excess reprocurement costs incurred by the Government. DOCUMENTATION REQUIREMENTS The contractor will supply all supporting instructional and manufacturer manuals for the unit as specified by the manufacturer. A signed copy of the installation checklist is left behind at the end of the installation to document the installation and testing of the instrument. TRAINING One (1) day Flight Operations Training for two staff members WARRANTY The contractor shall provide a standard manufacturer's warranty for a time period not less than one year of acceptance. Offerors must submit all technical questions concerning this RFQ in writing to at Lisa Ryle at ryle.lisa@epa.gov. EPA must receive the questions no later than 10 calendar days after the issuance date of this combined synopsis/solicitation. EPA will answer questions which may affect proposals in an amendment to this combined synopsis/solicitation. EPA will not reference the source of the questions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/SOL-CI-12-00049/listing.html)
- Record
- SN02920824-W 20121031/121029233627-1c410d6b989e38da872a8524ad857322 (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 |