Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2011 FBO #3542
SOLICITATION NOTICE

66 -- Digital Scaler/Ratemeter, Pancake Detector & Zinc Sulfide Scintillator

Notice Date
8/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
SRRPODUS Environmental Protection AgencyAriel Rios Building1200 Pennsylvania Avenue, N. W.Mail Code: 3805RWashingtonDC20460
 
ZIP Code
20460
 
Solicitation Number
TF-ERSC-11-001
 
Response Due
8/19/2011
 
Archive Date
9/18/2011
 
Point of Contact
Fisher, Trina 202-564-1789, Fisher.Trina@epa.gov ; Fisher, Trina 202-564-1789, Fisher.Trina@epa.gov
 
E-Mail Address
Fisher, Trina
(Fisher.Trina@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NAICS Code: 334519 - Instruments and Laboratory Equipment with a Small Business Administration (SBA) size standard of 500 employees. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and under the authority of FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued under Solicitation Number TF-ERSC-11-001 and includes the incorporated provisions and clauses in effect through Federal Acquisition Circular 05-53. The North American Industry Classification System (NAICS) Code for this procurement is 334519 and is being conducted as a small business set-aside. The technical specifications are as follows: 1) Ludlum Digital Scaler / Ratemeter Model 2241-3 with RS-232 Data Output. (13 each) 2) Ludlum Pancake Detector Model 44-9. (13 each) 3) Ludlum Zinc Sulfide Scintillator Model 43-90. (13 each) This is a brand name requirement only, prepared in accordance with FAR 13.105 and 5.102(a)(6). The justification is included in this posting. No other brand names will be accepted for this requirement. Delivery: All items shall be F.O.B. Destination to the following address:USEPA Emergency Response Team (ERT) 4900 Olympic Boulevard. Attn: David Kappelman Erlanger, KY 41018. The Government anticipates issue of a firm-fixed-price (by line item) Purchase Order for this requirement. Basis for Award: The Government will make award to the responsive, responsible firm, whose quotation is the lowest price, technically acceptable (LPTA) for this requirement. Instructions: FAR 52.212-1 "Instructions to Offerors - Commercial" applies to this acquisition. Offerors are to include a copy of FAR provision 52.212-3 "Offeror Representations and Certifications - Commercial Items" with their response. The following FAR clauses also apply: 52.212-4 "Contract Terms and Conditions - Commercial Items" and 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items", with the clauses cited in 52.212-5 being applicable. A copy of 52.212-5 is included in this posting. The aforementioned provisions and clauses can be accessed electronically at http://acquisition.gov/comp/far/index.html. Prospective sources are reminded that award can only be made to a contractor who is registered in the Central Contractor Registration (www.ccr.gov) database with an active Dun & Bradstreet Number. Quote Submission: Offerors shall submit a firm-fixed-price quote (by line item) for issue of a Purchase Order. Partial quotes will not be accepted for this requirement. Vendors are encouraged to direct any questions by e-mail only to the Contract Specialist, Trina Fisher, at fisher.trina@epa.gov - no telephone inquiries will be accepted - no later than August 10, 2011 at 4:00 PM EST. In addition, the FAR 52.212-3 representations and certifications shall be submitted. Responses are due no later than August 19, 2011 at 4:00 PM EST and should be submitted via email to Trina Fisher at fisher.trina@epa.gov. Justification for Other Than Full and Open Competition 1. Identification of the agency and the contracting activity: US Environmental Protection Agency, Superfund RCRA Regional Procurement Operations Division, Emergency Response Service Center. 2. Nature and/or description of the action being approved. Purchase of Ludlum Digital Scaler / Ratemeters, Pancake Detectors and Zinc Sulfide Scintillators for the US EPA Emergency Response Team. 3. A description of the supplies or services required to meet the Agency?s needs (including the estimated value). 13 each of the Ludlum Digital Scaler / Ratemeter with RS-232 data output Model 2241-3, 13 each of the Ludlum Pancake Detector Model 44-9, and 13 each of the Ludlum Zinc Sulfide Scintillator Model 43-90. 4. An identification of the statutory authority permitting other than full and open competition. The exemption applicable to this procurement is FAR Part 6, subpart 6.302-1 ?Only one responsible source and no other supplies or services will satisfy Agency requirements.? 5. A demonstration that the proposed contractor?s unique qualifications or the nature of the acquisition requires use of the authority cited. Purchase of this equipment is necessary to provide the agency with radiological response readiness capability for measuring exposure rates and performing contamination monitoring. The Ludlum equipment is required in order to be compatible with the EPA Rapid Assessment Tool software currently being supported by the EPA Environmental Response Team. It would be cost-prohibitive to purchase other equipment which would require purchase of other software. Data from these systems will be able to be incorporated together easily with data from other EPA radiological detection and data logging systems to provide spatial representation of contaminated areas by standardizing of equipment from one manufacturer. 6. A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by Subpart 5.2. A combined synopsis/solicitation is posted on FBO in order to allow for maximum competition. THE REMAINDER OF THIS JUSTICATION IS REDACTED FAR 52.212-5 CONTRACT TERMS AND CONDITIOINS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS ? COMMECIAL ITEMS (DEC 2010) The following clauses are applicable to this acquisition: 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) 52.209-6 Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) 52.219-28 Post Award Small Business Program Rerepresentation (APR 2009) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (JUL 2010) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEPT 2010) 52.225-3 Buy American Act ? Free Trade Agreements ? Israeli Trade Act (JUN 2009)Alternate I (JAN 2004) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (OCT 2003)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/TF-ERSC-11-001/listing.html)
 
Record
SN02521977-W 20110806/110804235143-3aeded0fb922d56cb2095dd2988b4cbc (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.