Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2003 FBO #0604
SOLICITATION NOTICE

42 -- GAS DETECTORS

Notice Date
6/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
DTCG23-03-OPD01
 
Response Due
6/27/2003
 
Point of Contact
Pam Bible, Contract Specialist, Phone 202-267-2188, Fax 202-267-4019, - Scott Palmer, Contracting Officer, Phone 202-267-6450, Fax 202-267-4019,
 
E-Mail Address
pbible@comdt.uscg.mil, spalmer@comdt.uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance (IAW) with the format in Federal Acquisition Regulation (FAR) Part 12.6, as supplemented with additional information included with this notice. This commercial item acquisition is being conducted IAW FAR Part 13.106-2 and 13.5. A written solicitation will not be issued. This announcement constitutes the Request for Quote (RFQ). The solicitation number is DTCG23-03-AWK01. The RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-14 Correction. This RFQ is an unrestricted full and open competition. The applicable NAICS is 334516 and the small business size standard is 500 employees. The Coast Guard (CG) will issue a single Indefinite Delivery/Indefinite Quantity IDIQ. The IDIQ contract will be effective for 60 months starting as of the date of award. The IDIQ will include firm-fixed-prices for CG Gas Monitoring Equipment, and associated items described below. The salient characteristics for the CG Gas Monitoring Equipment requirements are as follows: 1. Physical Characteristics: 1.1. Weight: 1.1.1. Multigas: 8 oz or less (including batteries); 1.1.2. Single gas: 3 oz or less; 1.2. Max dimensions: length 4 in; width 2.5 in, depth, 1.5. in; 1.3. No sharp edges; 1.4. Easily attach to belt; an alligator-style clip must be available; 1.5 Casing shall be non-conductive, water & oil resistant, shock resistant, brightly colored, clearly identifiable as safety equipment, and easily distinguishable from the Coast Guard's radiation pager--the NeutronRAE.; 1.6. Three-way alarm-visually, audibly, and with vibration; 1.7. Audible alarm shall be at least 90 dB; 2. Display/Interfaces/Logging: 2.1. Easy to read; 2.2. Continuous display of: 2.2.1. All gases being monitored; 2.2.2. Any alarm information (low, high, STEL, TWA); 2.3. Available on start up: 2.3.1. Battery status; 2.3.2. Alarm Setpoints (low, high, STEL, TWA); 2.4. All buttons easily accessible and menus easily accessed; 2.5. Onboard datalogging; data compatible with common MS Office applications; all instruments (single-gas and multigas must be compatible with same datalogging hardware and software); 2.6. Handheld battery driven pump available for CS entry applications; should be compatible with all instruments; 3. Sensors: 3.1. Multi-gas: 3.1.1. Should come standard w/ O2, LEL, H2S, CO but can be configured with less than four sensors and with other toxic gas sensors; 3.1.2. 0-30.0% O2, increments 0.1%; 3.1.3. 0-100% LEL, increments of 1% LEL; 3.1.4. 0-100 ppm H2S, increments of 1 ppm; 3.1.5. 0-500 ppm CO, increments of 1 ppm 3.2. Single-gas: Can be O2, H2S, CO or other toxic gases; 3.3. Environmental constraints: 3.3.1. Temp: 0 F to 100 F; 3.3.2. Rel. Humidity: 5-95 %; 4. Lifespan/Maintenance/Warranty: 4.1. Single-gas: Must be zero maintenance for two years; 4.2. Multi-gas: 4.2.1. Sensors function for two years; 4.2.2. Sensors can be replaced separately or all at same time; 4.2.3. LEL Sensor must be resistant to Silicon and Sulfur contamination; 4.3. Calibration: 4.3.1. Self-calibration of O2 sensor to a normal (20.8%) oxygen atmosphere; 4.3.2. Fully automatic with Auto Zero and Auto Span functions; 4.3.3. Gases available in kits and with easy to use calibration stations; 4.4. Warrantied for two years of operation and for 1 year of shelf-life or standard commercial warranty; 5. Standards: 5.1. Manufacturer must be ISO 9000/9001 certified; 5.2. Intrinsically safe IAW ANSI/UL 913: Class I, Division 1, Groups A, B, C, D; Class I, Zone 0, Group IIC; 5.3 ABS certified for use aboard vessels. Offerors shall provide Firm Fixed Unit Prices for the following contract line item numbers (CLINs). The IDIQ minimum guarantee for any single item or combination of items is $300,000 and the IDIQ ceiling is $5,000,000. The estimated (est) quantity (qty) for each item is as follows. CLINS: 0001 Single Gas Monitors - O2 [est qty 25,000], 0002 Single Gas Monitors - H2S [est qty 1000], 0003 4-Gas w/ Datalogging Confined Space Kits [est qty 500], 0004 4-Gas Monitor w/ Datalogging [est qty 1000], 0005 Datalogging kit [est qty 1000], 0006 Sensor Replacement [est qty 2000], 0007 Calibration Gas [est qty 4000]. The Government desired delivery is 30 days after receipt of a delivery order. Location(s) will be identified in each order. Interested parties may obtain a comprehensive list of anticipated delivery destinations by faxing a request to (202) 267-4019, ATTN: Pamela Bible, or may e-mail a request to pbible@comdt.uscg.mil. Inspection shall be in accordance with FAR 52.247-34 --F.O.B. Destination. Packing and packaging shall be in accordance with commercial practice to assure delivery at destination. Provision 52.212-1, Instructions to Offerors — Commercial, applies to this acquisition. If the offeror is other than a small business, the offeror shall include a Subcontracting Plan in accordance with 52.219-9, Small Business Subcontracting Plan. Offerors shall submit warranty information and the manufacturers Watertight and Impact resistant data, as well as appropriate information on the prices at which the same item or similar items have previously been sold, adequate for determining the reasonableness of the price. A comparative evaluation of quotes will be conducted on Technical and Price, technical being more important than price. Total evaluated price will be calculated by multiplying unit prices by the estimated quantities of each CLIN and summing all CLINs. Offerors shall include a completed copy of provision 52.212-3, Offeror Representations and Certification --Commercial Items Alt I, with their quote. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, is incorporated by reference into the solicitation. The following clauses are incorporated by reference as addenda to 52.212-4: 52.216-18 (insert “date of contract award through contract expiration”); 52.216-19 (insert “$40,000, $5,000,000, $5,000,000, 30 days, 10 days”); 52.216-22 (insert “180 days after contract expiration.”) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders — Commercial Items, is incorporated by reference into this solicitation. The following FAR clauses cited in 52.212-5(b) are applicable to this contract: 1;5; 6;8;11;12;13;14;15;16;17;20;21;22;24. There are no addenda to any of the above clauses or provisions. Quotes are due no later than 2:00 p.m. on 27 June 2003 in Room 5222 at the address listed above. It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time-consuming litigation. Potential offerors who believe that a Coast Guard solicitation is unfair or otherwise defective should first direct their concerns to the cognizant Contracting Officer. If the Contracting Officer is unable to satisfy the concerns, the offeror should then contract the Coast Guard Solicitation Ombudsman at the following address: Commandant (G-CPM-S/3)/2100 Second Street, SW/Washington, DC/20593-000l/Ph: (202) 267-2285, Fax: (202) 267-4011. Potential offerors should provide the following information to the Ombudsman in order to ensure a timely response: solicitation number, contracting office, Contracting Officer, and the solicitation closing date. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JUN-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 24-JUL-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/GACS/DTCG23-03-OPD01/listing.html)
 
Record
SN00382504-F 20030726/030724224014 (fbodaily.com)
 
Source
FedBizOpps.gov 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.