Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2010 FBO #3074
SOLICITATION NOTICE

68 -- High Pressure Specialty Gases and Liquid Nitrogen - Attachment 2 - Attachment 1 - Attachment 4

Notice Date
4/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region I, One Congress Street, (MCP), Suite 1100, Boston, Massachusetts, 02114
 
ZIP Code
02114
 
Solicitation Number
RFQEIAA026
 
Archive Date
5/22/2010
 
Point of Contact
Darlene Hainer,
 
E-Mail Address
Hainer.Darlene@epa.gov
(Hainer.Darlene@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ Response Form Performance Work Statement Types & Descriptions of Specialty Gases Required The Environmental Protection Agency, New England Regional Laboratory, is requesting quotes for delivering specialty gases, as well as bulk liquid nitrogen gas for two (2) EPA-owned 1,500 gallon tanks located at the Office of Environmental Measurement and Evaluation, 11 Technology Drive, North Chelmsford, Massachusetts. This requirement also includes demurrage charges for the tanks containing the specialty gases. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. In accordance with FAR 19.502-2(a), this requirement is being solicited on an unrestricted basis. There are two North American Industry Classification Codes that are applicable to this procurement. NAICS code 325120, Industrial Gas Manufacturing, and/or NAICS code 424690, Industrial Gases Merchant Wholesalers, apply to this procurement. The Federal Supply Classification (FSC) is 6830, Gases: Compressed and Liquified (Includes Fuel Gases). The small business size standard for NAICS code 325120 is 1,000 employees. The small business size standard for NAICS code 424690 is 100 employees. Please see Attachment 1 for the Performance Work Statement. Please see Attachment 2 for a list of the types and descriptions for specialty gases and bulk liquid nitrogen required by the New England Regional Laboratory. Please see Attachment 3 for the Government's Quality Assurance Surveillance Plan. Instructions About Registering in the Central Contract Registration (CCR) Database: Offerors must register on-line in the CCR database at https://www.bpn.gov/ccr/default.aspx prior to submitting an offer for this requirement. Companies that must register in CCR must also complete and return the representations and certifications at FAR 52.212-13. Provide the following: 1)Please provide price lists for the specialty gases listed in Attachment 2 for three - 12 month periods of performance. 2) Please provide documentation, such as purity information and composition of the gases, for evaluation. 2)Please submit your Quality Control Plan for ensuring that the gases to be delivered meet the specifications required by the Agency. 3)Please submit the completed RFQ response form. 4)A completed copy of the FAR provision, Offeror Representations and Certifications for Commercial Items or a statement that the offeror is current in the online representations and certifications at https://orca.bpn.gov/. A copy of the FAR provision will be provided upon request. 5)Availability of products on GSA contract, if applicable. Evaluation Award will be made to the offeror who provides the Lowest Price Technically Acceptable offer. Technically Acceptable is defined as meeting all of the requirements listed in Attachments 1 and 2. CLAUSES EPAAR: The following clauses are incorporated by reference and are applicable to this solicitation and resulting contract: EPAAR 1552.211-79 COMPLIANCE WITH EPA POLICIES FOR INFORMATION RESOURCES MANAGEMENT (OCT 00) FAR: The following clauses are incorporated by reference and are applicable to this solicitation and resulting contract: FAR 52.204-7 Central Contractor Registration (Apr 2008) FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (JUNE 2008) ADDENDUM to FAR 52.212-1 Prepare quote in accordance with FAR 52.212-1 - Instructions to Offers - Commercial Items and the following additional instructions. FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (Jan 1999) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS FOR COMMERCIAL ITEMS (JUNE 2008) FAR 52.212-4 CONTRACT TERMS & CONDITIONS-COMMERCIAL ITEMS (Mar 2009) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS FOR COMMERCIAL ITEMS (SEPT 2008) The following clauses in this provision are applicable to this solicitation and the resulting contract: 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (Sep 2006) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam (Sep 2006) 52.222-50 Combating Trafficking in Persons (Aug 2007) 52.225-1 Buy American Act Supplies (Feb 2009) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.233-3 Protest after Award (Aug 1996) FAR 52.217-5 EVALUATION OF OPTIONS. Evaluation of Options (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) 1552.217-77 Option To Extend the Term of the Contract Fixed Price (OCT 2000) The Government has the option to extend the term of this contract for 4 additional period(s). If more than 60 days remain in the contract period of performance, the Government, without prior written notification, may exercise this option by issuing a contract modification. To exercise this option within the last 30 days of the period of performance, the Government must provide to the Contractor written notification prior to that last 60 -day period. This preliminary notification does not commit the Government to exercising the option. Use of an option will result in the following contract modifications: (a)The "Period of Performance" clause will be amended as follows to cover the Base and Options Periods: If CLIN 1002 is exercised the period of performance is extended by 1 year following completion of the Base Period of Performance. If CLIN 2002 is exercised the period of performance is extended by 1 year following completion of the CLIN 1002 Period of Performance. If CLIN 3002 is exercised the period of performance is extended by 1 year following completion of the CLIN 2002 Period of Performance. If CLIN 4002 is exercised the period of performance is extended by 1 year following completion of the CLIN 3002 Period of Performance. (b)During the option period(s) the Contractor shall provide the services described below: Telemetry and Website services as stated in the attached requirements document. (End of provision) Responses are due no later than 4:00PM EDT on May 7, 2010 to Contracts & Procurement (MCP), United States Environmental Protection Agency, 5 Post Office Square, Suite 100, Boston, MA 02109-3912, ATTN: Darlene Hainer, Contracting Officer, or via email to: hainer.darlene@epa.gov. Please submit your response via any method listed below: E-MAIL/FAX/FEDERAL EXPRESS OR LIKE SERVICE/HAND-CARRIED TO THE OFFICE Contracting Office Address: United States Environmental Protection Agency, Contracts and Procurement (MCP), 5 Post Office Square, Suite 100, Boston, MA 02109-3912. Point of Contact(s): Darlene Hainer (617) 918-1902; FAX # is (617) 918-1909.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegI/RFQEIAA026/listing.html)
 
Place of Performance
Address: 11 Technology Drive, North Chelmsford, Maine, 01863-2431, United States
Zip Code: 01863-2431
 
Record
SN02131366-W 20100425/100424000047-2b73a5ff93d35a1cfb72f9e7ec32a5a6 (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.