Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2007 FBO #2027
MODIFICATION

41 -- Furnish & Install Environmental Climate Control System

Notice Date
6/13/2007
 
Notice Type
Modification
 
Contracting Office
Environmental Protection Agency, Reg. 4, Office Of Acquisition Management, 61 Forsyth Street, Atlanta, GA 30303
 
ZIP Code
30303
 
Solicitation Number
RFQ-GA-07-00017
 
Response Due
6/28/2007
 
Archive Date
7/28/2007
 
Description
NAICS Code: 235110 MODIFICATION 1. The purpose of this modification is to remove the small business set-aside requirement. This requirement is now being solicited in accordance with FAR Subpart 6.1, Full and Open Competition. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation to be issued for proposals and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. Solicitation GA-07-00017 is issued as a Commercial Solicitation using Simplified Acquisition Procedures found in FAR Part 13. The NAICS code is 23511. The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose offer best conforms to the specifications, meets the Government's delivery schedule, and is the most cost effective in accordance with the Evaluation Criteria below. This solicitation document and incorporated provisions and clauses are those that are in effect through the latest Federal Acquisition Circular. The contractor shall furnish and install one (1) Liebert Mini-mate Environmental Control Unit or equal for the 12' x 12' x 8' gravimetric laboratory used for PM2.5 filter weighing, in accordance with the following specifications. All "Brand" names may be substituted with equal Brands, but shall meet all specifications of the listed brand. 1. One (1) Liebert 1.5 ton mini-mate evaporator Model Number MMD18E-PHS00 or equal. The Unit shall provide a TCC of 17.7kBTUH and a SCC 14.8 kBTUH at 72 degrees F, 50 % humidity 2. The Unit shall be furnished with SCR Reheat and canister humidifier. 3. Condensing section shall be Model PFH020A-PL3 or equal furnished with Hot Gas Bypass rated at 95 degrees. 4. Micro processor controls and 95% HEPA filters. 5. Furnish and install Inform software professional edition or equal, 30 nodes and 1 user (to be installed on customer supplied PC onsite). 6. Furnish and install two (2) NFORM-1CU concurrent user license kits or equal to allow for management capabilities available in the standard NFORM (or equal) installation. NFORM (or equal) Concurrent licenses are additive and can be managed through license Key Administration wizard available in the NFORM Viewer (or equal). Each Concurrent User License shall provide the capability for 1 additional Concurrent User. 7. Furnish and install one (1) NIC-K-ENCL1 Single Open Comms NIC or equal, housed in an enclosure for external mounting. This interface card delivers Modbus via EIA-485, SNMP and Web-management communication capabilities. 8. The Condenser shall be placed on roof with treated redwood under unit. Piping and electrical will be ran thru an existing pipe chase. 9. Electrical from customer supplied sub panel. 10. Line set and electrical to roof. 11. Condensation shall be run to an approved drain receptacle. 12. Door sweep shall be installed on door into lab and installing contractor shall verify lab is properly sealed. 13. All miscellaneous material and labor shall be furnished to complete installation. 14. Price shall include 1 year service agreement for maintenance including 2 HEPA filter changes and Quarterly service. 15. The Contractor shall provide customer training on proper operation of unit and all control parameters including monitoring thru web. 16. Local service personnel/contractors shall be within 100 miles of Athens, Georgia to ensure timely response. 17. Service personnel shall be on site within 24 hours after calls for service. 18. State licensed contractor(s) shall be used to furnish and install required unit and controls. The Unit shall be set up to meet the following criteria: 1. Maintain steady control of temperature between 20 to 23 degrees C in the 12' x 12' x 8' weighing chamber at an approximate set point of 21.5 degrees C. 2. Maintain steady control of relative humidity between 30 to 40 % in the 12' x 12' x 8' weighing chamber at an approximate set point of 35%. Unless otherwise specified in the purchase order/contract, the supplier is responsible for the performance of all inspection requirements and quality control. It is also the contractor's responsibility to be familiar with applicable clauses and provisions. Award shall be based on the lowest priced technically acceptable quotation. The provision at FAR 52.212-1 Instructions to Offerors, Commercial Items, applies to this acquisition. Offerors are reminded to include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications, Commercial Items with the offer, which can be accessed at http://www.arnet.far.gov. The successful offeror must be registered in the Central Contractor Registration (CCR) database to be considered for award. The CCR database may be accessed at www.ccr.gov. Clause 52.212-4 Contract Terms and Conditions--Commercial Items and Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items are hereby incorporated by reference. The Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being applicable to acquisitions of commercial items or components: 1) 52.219-8 Utilization of Small Business Concerns; 2) 52.219-14 Limitations on Subcontracting; 3) 52.219-25 Small Disadvantaged Business Participation Program; 4) 52.222-3 Convict Labor; 5) 52.222-21 Prohibition of Segregated Facilities; 6) 52.222-22 Previous Contracts and Compliance Reports; 7) 52.222-25 Affirmative Action Compliance; 8) 52.222-26 Equal Opportunity; 9) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 10) 52.222-36 Affirmative Action for Workers with Disabilities; 11) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 12) 52.225-15 Restrictions on Certain Foreign Purchases; 13) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 14) 52.252-2 Clauses Incorporated by Reference; and, 15) 52.252-6 Authorized Deviation in Clauses, which are available at http://www.arnet.far.gov. All offers are due 15 days after publication of this notice. Offers may be mailed to Carole Wallace, Contract Specialist, EPA Region 4, Acquisition Management Section, 61 Forsyth St., Atlanta, GA 30303; e-mailed to wallace.carole@epa.gov; or faxed to 404/562-8370. It is the offeror's responsibility to ensure receipt of faxes or e-mail quotes. Quotes shall include 1) a schedule (list) of offered items to include unit and total price, delivery time, & shipping charges if applicable, and 2) completed Representations and Certifications (FAR 52.212-3). NOTE: Offerors not submitting sufficient information may be eliminated from competition. Questions concerning this acquisition shall be submitted in writing and e-mailed to wallace.carole@epa.gov. All answers will be provided via an amendment to the solicitation. No paper copies of the Request for Quotes will be provided. Telephonic questions will not be answered and collect calls will not be accepted.
 
Record
SN01318127-W 20070615/070613221847 (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  © 1994-2020, Loren Data Corp.