Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 19, 2015 FBO #5139
SOLICITATION NOTICE

66 -- Gas Monitoring Devices

Notice Date
12/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
WHS - Acquisition Directorate, Washington, DC 20301
 
ZIP Code
20301
 
Solicitation Number
HQ00345273RFAC60008000
 
Response Due
1/11/2016
 
Archive Date
7/9/2016
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
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.The solicitation number is HQ00345273RFAC60008000 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85. The associated North American Industrial Classification System (NAICS) code for this procurement is 334513 with a small business size standard of 500.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-01-11 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Detrick, MD 21702 The WHS - Acquisition Directorate requires the following items, Brand Name Only (Exact Match), to the following: LI 001: Part Number- A-ULTIMAX-XP-E-36-U-3-S-2-0-0-0- 0-1-0-0 ULTIMA Gas Monitor, cosisting of the following: 316SS enclosure, UL approved NPT threads (Class 1, Division 1 & 2, groups A,B,C & D, Division 1, Groups F, G; Class III), Gas Type: CO2, 0-2% XIR, Integral Mounted Sensor, Transmitter Mouting Bracket, Sensor disconnect under power, LCD display alternates between sensor reading & gas type & indicates ongoing diagnostic checks including sensor "end-of-life" condition, "Quick-check" LEDs indicate normal (green) & alert (red) status conditions, Field-programmable alarm levels & normally energized/de-energized, normally opened/closed & latching/non-latching relay functions offering 3 levels of alarm & a fault and Power input 8-30VDC output: 4-20 mAdc (3-wire). Must be compatible with current gas monitoring devices and systems currently in use at RRMC., 7, EA; LI 002: Part Number- A-ULTIMAX-XP-E- 31-U-3-S-2-0-0-0-0-1-0-0 ULTIMA XE Gas Monitor, consisting of the following: ????316SS enclosure, UL approved, NPT threads (Class I, Division 1 & 2, Groups A,B,C & D; Class II, Division 1, Groups F,G; Class III), Gas type: H2 0-25% LEL, XE CAT BEAD, Integral mounted sensor, Transmitter mounting bracket, Sensor disconnect under power, Interchangeable Smart Sensor, LCD display alternates between sensor reading & gas type & indicates ongoing diagnostic checks including sensor ?end-of-life? condition, ?Quick-check? LEDs indicate Normal (Green) & Alert (Red) status conditions, Field-programmable alarm levels & normally energized/de-energized, normally opened/closed & latching/non-latching relay functions offering 3-levels of alarm & a fault Power input 8-30VDC Output: 4-20 mAdc (3-wire). Must be compatible with current gas monitoring devices and systems currently in use at RRMC., 4, EA; LI 003: Part Number- A-ULTIMAX-XP-E- 39-U-3-S-2-0-0-0- 0-1-0-c ULTIMA XE Gas Monitor, consisting of the following: 316SS enclosure, UL approved, NPT threads (Class I, Division 1 & 2, Groups A,B,C & D; Class II, Division 1, Groups F,G; Class III), Gas type: Diesel (Hexane)0-100% LEL XIR, Integral mounted sensor, Transmitter mounting bracket, Sensor disconnect under power, LCD display alternates between sensor reading & gas type & indicates ongoing diagnostic checks including sensor ?end-of-life? condition, Field-programmable alarm levels & normally energized/de-energized, normally opened/closed, Power input 8-30VDC Output: 4-20 mAdc (3-wire), Custom Code C=A07+calibrate for hexane at curve 6.41% LEL span setting with 0.60% propane cal gas. Must be compatible with current gas monitoring devices and systems currently in use at RRMC., 3, EA; LI 004: Part Number- A-ULTIMAX-PL-A- 12-0-3-S-2-0-0-0-0- 1-0-0 ULTIMA XA Gas Monitor, consisting of the following: Water & corrosion-resistant NEMA 4X plastic enclosure, Gas type: CO 0-500PPM XA, Integral mounted sensor, Transmitter mounting bracket, Interchangeable Smart Sensor, LCD display alternates between sensor reading & gas type & indicates ongoing diagnostic checks including sensor ?end-of-life? condition, Field-programmable alarm levels & normally energized/de-energized, normally opened/closed & latching/non-latching relay functions offering 3-levels of alarm & a fault Output: 4-20 mAdc (3-wire. Must be compatible with current gas monitoring devices and systems currently in use at RRMC., 18, EA; LI 005: Part Number- A-ULTIMAX-PL-A- 14-0-3-s-2-0-0-0-0- 1-0-0 ULTIMA XA Gas Monitor, consisting of the following: Water & corrosion-resistant NEMA 4X plastic enclosure, Gas type: O2 0-25%, Integral mounted sensor, Transmitter mounting bracket, Interchangeable Smart Sensor, LCD display alternates between sensor reading & gas type & indicates ongoing diagnostic checks including sensor ?end-of-life? condition, ?Quick-check? LEDs indicate Normal (Green) & Alert (Red) status conditions, Field-programmable alarm levels & normally energized/de-energized, normally opened/closed, & latching/non-latching relay functions offering 3-levels of alarm & a fault, Output: 4-20 mAdc (3-wire). Must be compatible with current gas monitoring devices and systems currently in use at RRMC., 16, EA; LI 006: Part Number- A-ULTIMAX-PL-A- 72-0-3-S-2-0-0-0-0-1-0 ULTIMA XA Gas Monitor, consisting of the following: Water & corrosion-resistant NEMA 4X plastic enclosure, Gas type: No2 0-10 PPM, Integral mounted sensor, Transmitter mounting bracket, Interchangeable Smart Sensor, LCD display alternates between, sensor reading & gas type & indicates ongoing diagnostic checks including sensor ?end-of-life? condition, ?Quick-check? LEDs indicate Normal (Green) & Alert (Red) status conditions, Field-programmable alarm levels & normally energized/de-energized, normally opened/closed, & latching/non-latching relay functions offering 3-levels of alarm & a fault Output: 4-20 mAdc (3-wire). Must be compatible with current gas monitoring devices and systems currently in use at RRMC., 6, EA; LI 007: Part Number- A-ULTX-PCB-A-3-3-0-0-0 Salient Characteristics include: Printed circuit board GP Plastic, 3-Wire mA Output, LED's/Relays, NASO Software. Must be compatible with current gas monitoring devices and systems currently in use at RRMC., 1, EA; LI 008: Part Number- A-ULTX-SENS-36-2- 0 Salient Characteristics include: IR SENSOR CELL, 0-2% CO2. Must be compatible with current gas monitoring devices and systems currently in use at RRMC., 1, EA; LI 009: Part Number- A-ULTX-SENS-31-1- 0 Salient Characteristics include: Replacement combustible gas 0-100% LEL(Natural gas & H2) sensor for use in ULTIMA X monitor with 316 stainless steel housing cat bead. Must be compatible with current gas monitoring devices and systems currently in use at RRMC., 1, EA; LI 010: Part Number- A-ULTX-SENS-39- 10-C Salient Characteristics include: 316 SS XP, NPT, Combustible Gas IR Propane 2.1% 0-100% LEL, Custom Operations Necessary. C=A07+calibrate for Hexane at curve 6.41% LEL span setting with 0.60%propane cal gas. Must be compatible with current gas monitoring devices and systems currently in use at RRMC., 1, EA; LI 011: Part Number- A-ULTX-SENS-12-0- 0 Salient Characteristics include: MSA 0-500 PPM CARBON MONOXIDE REPLACEMENT SENSOR FOR ULTIMA X MONITOR IN A GENERAL PURPOSE ENCLOSURE. Must be compatible with current gas monitoring devices and systems currently in use at RRMC., 1, EA; LI 012: Part Number- A-ULTX-SENS-14-0- 0 Salient Characteristics include: Replacement sensor for Ultima X gas monitor, 0-25% Oxygen, general purpose plastic enclosure type, no custom features. Must be compatible with current gas monitoring devices and systems currently in use at RRMC., 1, EA; LI 013: Part Number- A-ULTX-SENS-72-0- 0 Salient Characteristics include: Sensor NO2 0-10PPM for use w/GP Plastic Enclosure. Must be compatible with current gas monitoring devices and systems currently in use at RRMC., 1, EA; LI 014: Part Number- A-ULTX-PCB- E33000 Salient Characteristics include: Printed circuit board XP 316 SS, 3-Wire mA Output, LED's/Relays,NASO software. Must be compatible with current gas monitoring devices and systems currently in use at RRMC., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, WHS - Acquisition Directorate intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. WHS - Acquisition Directorate is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Must be compatible with current gas monitoring devices and systems currently in use at RRMC. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions ? Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing? basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement is 334513 The contractor must be an authorized dealer of the specified equipment to ensure warranty and maintenance support. 52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10,Reporting Executive Compensation and First-Tier Subcontract Awards;52.222-41, Service Contract Act; 52.237-2, Protection of GovernmentBuildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006,Prohibition On Storage And Disposal Of Toxic And Hazardous Materials;252.243-7001, Pricing of Contract Modifications; 252.246-7000, Materialinspection and receiving report Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law, added to all of our buy terms.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ00345273RFAC60008000/listing.html)
 
Place of Performance
Address: Fort Detrick, MD 21702
Zip Code: 21702-5029
 
Record
SN03972897-W 20151219/151217235352-2b2c32adf88608baaa2a35e0e3628dd1 (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.