|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 14,1999 PSA#2495Contracts Department, P. O. Drawer 43019, MCLB, Albany, GA 31704-3019 63 -- AIR MONITORING SYSTEM FOR BREATHING APPARATUS SOL
M67004-00-Q-0012 DUE 122399 POC Sgt. Renfroe, Code 89-1, (912)439-6783
This is a combined synopsis/solicitation for a 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 to be issued. Proposals
are being requested and a written solicitation will not be issued.
Responses should reference Request for Proposal No. 00-Q-0012. This
synopsis/solicitation document incorporates the provisions and clauses
that are in effect through Federal Acquisition Circular 97-13 and
Defense Acquisition Circular 97-14. This action is a Small Business
Set-Aside. The following is the list of requirements. Air Monitor
System. To consist of the following: (1) ea. MSA model 5600, 12 channel
general purpose housing part # A-5600-G-1-03-M-0-0 equipped with 6
channels, (5) ea. MSA Ultima transmitters for 0 to 100 PPM CO, part #
B-Ultima-11-S-0-0-0-0-1-0, (5) ea. airline filters part # 69455, (1)
ea. MSA Ulitima calibrator, (1) ea. MSA calibration kit equippedwith
regulator hoses and two (2) ea.bottles of cal gas, (1) ea. Chessel
paperless recorder, (1) ea. Sensaphone Express II, 8 input data
distributor, (1) ea. extra high intensity strobe light, complete
turnkey installation and start-up, operator and calibration training.
System shall be capable of monitoring four (4) air compressors and 1
main supply header for the presence of CO in the 0 to 10 PPM range with
a degree of accuracy and response time sufficient to meet all current
(as of 1 Dec 99) OSHA breathing air requirements. With the exception of
sensing element replacement, routine maintenance and calibration, the
system shall be capable of operating with a degree of accuracy and
response time sufficient to meet current OSHA breathing air monitoring
requirements for a period of not less then 3 years from the date of
installation completion. Data distributor shall utilize nonvolatile
memory and be capable of delivering recorded alarm messages to 48 phone
numbers with call progress detection. Recorder shall be capable of
providing a visual graph type report of CO levels detected by each
sensor for a minimum period of 24 hours. Delivery and installation
shall be F.O.B. destination, MCLB Albany, GA with inspection and
acceptance at destination. This equipment is required immediately and
best possible delivery is required. FAR clauses/provisions:52.203-3,
Gratuities; 52.212-1, Instructions to Offerors Commercial Items, the
Government will award a contract resulting form this solicitation to
the responsible offeror whose offer, conforming to the solicitation, is
considered to be the best value to the Government. Contract Terms and
Conditions Commercial Items; 52.212-5, Contract Terms and Conditions
Required to Implement Statues or Executive Orders Commercial Items;
incorporating 52.222-35, Affirmative Action for Special Disabled and
Vietnam Era Veterans, Affirmative Action for Handicapped Workers;
52.222-37, Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era; 52.225-3, Buy American Act Supplies, commercial
items apply to this acquisition. The contractor shall extend to the
Government the full coverage in a similar commercial sale, provided
such warranty is available at no additional cost to the Government.
Offerors responding to this announcement must provide the information
contained in 52.212-1, Instructions to Offerors Commercial Items. The
offerors shall also provide its Commercial and Government Entity (CAGE)
code, Contractor Establishment Code (DUNS number) and Tax
Identification Number. Contractors must be registered in the Central
Contractors Register (CCR) to be eligible for award. If a change occurs
in this requirement, only those offerors that responded to this
announcement within the required time frame will be provided any
changes/amendments and be considered for future discussions and/or
award. The written quotes and above required information must be
received at this office on or before 23 December 1999, at 1:00 p.m.
ESDT. All responsible sources may submit a quote which will be
considered by the Marine Corps Logistics Base, Albany, GA Contracting
Dept (Code 89-1). FAX (912) 439-6791. Posted 12/10/99 (W-SN407683).
(0344) Loren Data Corp. http://www.ld.com (SYN# 0173 19991214\63-0001.SOL)
63 - Alarm, Signal and Security Detection Systems Index Page
|
|