Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2012 FBO #3701
SOLICITATION NOTICE

42 -- Breathing Air Services Calibration - Attachments

Notice Date
1/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423850 — Service Establishment Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-12-Q-800006
 
Archive Date
2/3/2012
 
Point of Contact
Gail M. Twiford, Phone: 252-335-6072, Claudette Y Surrento, Phone: 252-335-6895
 
E-Mail Address
gail.m.twiford@uscg.mil, Claudette.Y.Surrento@uscg.mil
(gail.m.twiford@uscg.mil, Claudette.Y.Surrento@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
QUOTE SHEET Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12.6, 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. Solicitation number HSCG38-12-Q-800006 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. The applicable North American Industry Classification Standard Code is 423850. The small business size standard is 100 employees. This solicitation is 100% set-aside for Small Business concerns. All responsible small business sources may submit a quotation which shall be considered by the agency. It is anticipated that one (1) Firm-Fixed Price Purchase Order shall be awarded as a result of this synopsis/solicitation consisting of one (1) base period and two (2) one-year option periods. The total duration of the contract shall not exceed three (3) years. This acquisition is to acquire on site calibration, filter, and sensor replacement services. STATEMENT OF WORK Maintenance and Calibration of Breathing Air Filtration Panels for the U.S. Coast Guard Aviation Logistics Center Elizabeth City, NC 27909 1.0 Scope: The U.S. Coast Guard (USCG) Aviation Logistics Center (ALC) requires inspection, calibration and service of breathing air filtration panels for respirable air, including filter and carbon monoxide (CO) sensor change. (See Appendix A below for detailed description). 1.1 The required service includes actions necessary to inspect, calibrate, service, perform filter change and perform CO sensor change. 1.2 Calibrations performed shall be traceable to the National Institute of Standards and Technology (NIST.) 1.3 The CO monitor shall be calibrated in accordance with ANSI/NCSL Z540-1, Calibration Laboratories and Measuring and Test Equipment - General Requirements and conform to limits listed in 29 CFR 1910.134. 1.4 On-site inspection and calibration shall be performed on a quarterly basis, for a total of four (4) on-site visits (schedule to be provided upon award of contract). 1.5 A full filter and CO sensor replacement of all breathing air panels shall be performed as outlined per the manufacturer's instructions, during one of the quarterly visits (schedule to be provided upon award of contract). 1.6 The contractor shall provide all personnel, equipment, tools, materials, and other items and services necessary to perform inspection, calibration, and service breathing air filtration panels. 2.0 Background: Many older compressed air systems may have air that is unfit for human use without secondary air treatment. This is due largely to the presence of objectionable oil vapors and orders. Rule and regulations governing air quality when using compressed air for respiration are quite specific. Precautions must be observed when using compressed air for breathing purposes. Oil mist from the compressor lubricating oil must not be present when the air reaches the air control device and eventually, the worker. Also, there is a possibility that oil lubricated compressors can create carbon monoxide (CO) if the compressor overheats. Studies have shown that the location of the compressor's air intake is the most likely source of CO contamination. As a result, respirable air purifying filters and CO monitors are necessary to protect the worker from potentially dangerous particles and gases. 3.0 Work Location: Work shall be performed at the USCG ALC in Elizabeth City, NC. Specific work locations shall be as follows: 3.1 Hangar 87, Shop 141, Paint (8 units) 3.2 Hangar 77, Shop 121, Blasting (1 unit) 3.3 Hangar 76, Shop 121, Blasting (1 unit) 3.4 Hangar 75, Shop 653, Composite (4 units) 4.0 Breathing Air Equipment: Inspection, calibration and service shall be performed on fourteen (14) breathing air units as follows: 4.1 Air Systems, BB50-CO 1 each 4.2 MST RP050 8 each 4.3 Allergo 9872-40 (2 filters) 1 each 4.4 3M 256-02-01 4 each 5.0 Filters and Sensors: The Contractor shall supply the following filters and sensors for annual change-out during the March on-site visit: 5.1 Air System Filter BB50-FK 1 each 5.2 Air Systems Sensor CO-91NS 1 each 5.3 MST Filter FX050 8 each 5.4 MST Sensor 80133 8 each 5.5 Allegro Filter 9872-50 1 each 5.6 Allegro Sensor 9872-69 1 each 5.7 Allegro Pre-filter 9350-03FW 1 each 5.8 3M Filter 523-01-29 4 each 5.9 3M Sensor 529-05-22 4 each 6.0 Billable Services: Each quarter, work shall be performed on each item according to the need of the customer. Should a breathing air system be out of service or not installed, services will not be required on that particular system and charges shall not be accrued. For initial option year, maintenance schedule shall be provided. 7.0 Calibration Decals and Certificates: 7.1 The Contractor shall provide a Certificate of Calibration for each Breathing Air Panel to include a certificate number, name or initials of person performing the calibration, calibration date, instrument type, instrument manufacturer, instrument model number, sensor serial number (during annual change), adjustment or service performed, calibration results, a description of calibration, type of calibration procedure performed, calibration gas name with lot number and gas expiration date. Certificates shall be completed on each unit after each quarterly visit. 7.2 The Contractor shall provide a decal at the CO monitor to indicate current calibration. The decal shall include the instrument is calibrated, the calibration date, name or initials of person performing the calibration, next calibration due month/year, instrument serial number, and name of company performing calibration. 7.2.1 Decals shall be applied in such a manner that will not cause damage to the equipment or at a later date when the decal is removed. 7.2.2 Decals shall not be applied as to hinder the reading of any display. 7.3 Certificates of Calibration shall be mailed to: Commanding Officer U.S. Coast Guard Aviation Logistics Center Attn: Dean J. Schaan Hangar 79, Safety Office 1664 Weeksville Road Elizabeth City, NC 27909 7.4 Certificates of Calibration shall be delivered within 30 days of the quarterly calibration visit. 8.0 Certifications: The Contractor shall be an authorized distributer and be authorized to perform manufacturers calibrations for the listed equipment. 9.0 Technical Representative: The technical representative for this contract shall be Mr. Dean Schaan, USCG ALC Safety Office (252) 334-5208. The technical representative shall be used for scheduling of all required visits. NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. Appendix A Hangar 87, Shop 141, Paint (8 total systems) Air Systems BB50-CO 1 system Air System Filter BB50-FK 1 each Air Systems Sensor CO-91NS 1 each MST RP050 6 systems MST Filter FX050 6 each MST Sensor 80133 6 each Allergo 9872-40 1 system Allegro Filter 9872-50 1 each Allegro Pre-filter 9350-03FW 1 each Allegro Sensor 9872-69 1 each Hangar 77, Shop 121, Blasting (1 total system) MST RP050 1 system MST Filter FX050 1 each MST Sensor 80133 1 each Hangar 76, Shop 121, Blasting (1 total system) MST RP050 1 system MST Filter FX050 1 each MST Sensor 80133 1 each Hangar 75, Shop 653, Composite (4 total systems) 3M 256-02-01 4 systems 3M Filter 523-01-29 4 each 3M Sensor 529-05-22 4 each All responsible sources may submit a quotation which shall be considered by the Agency. Closing date and time for receipt of offers 01/25/12 @ 3:30 PM EST. Anticipated award date is on or about 01/31/12. E-mail quotes are preferred and may be sent to gail.m.twiford@uscg.mil. Please indicate HSCG38-12-Q-800006 in subject line. Quotes may also be faxed to 252-334-5242 or mailed to the following address: USCG ALC 1664 Weeksville Road Bldg 78, HSCG38-12-Q-800006 Attn: Gail Twiford Elizabeth City, NC 27909 NOTICE FOR FILING AGENCY PROTESTS It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement 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 interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202.372.3695. The following clauses and provisions are included: 52.212-1 Instructions to Offerors - Commercial Items Jun 2008 (c) Prices must remain effective for 60 days after solicitation close. 52.217-8 Option to Extend Services Nov 1999 The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of the end of the applicable option year. 52.212-2 Evaluation - Commercial Items Jan 1999 The provision at FAR 52.212-2 Evaluation of Commercial Items is not applicable to this solicitation. In lieu of this provision, quotes will be evaluated in accordance with FAR 13.106-2 Award will be made to the responsible offeror conforming to the solicitation as most advantageous to the government, price and other factors considered. In addition to price, quotations will be evaluated on the basis of technical capability and delivery. Technical capability consists of being able to fully comply with all requirements listed within the SOW. Delivery consists of being able to complete the work within the stated turnaround period as listed in section 2.0 of the SOW. 52.212-3 Offeror Representations and Certifications-Commercial Items Nov 2011 X Alternate I of 52.212-3. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (End of Provision) Addendum to 52.212-4 Contract Terms and Conditions Commercial Items Jun 2010 Shipping Instructions: If so required, items shall be shipped to the following address: USCG Aviation Logistics Center Receiving Section, Bldg. 63 1664 Weeksville Road Elizabeth City, NC 27909-5001 Purchase Order No. _____________________________ (To be assigned at time of issuance) Inspection and Acceptance: (a) Final inspection and acceptance of material under this contract shall be performed at destination by POC. 52.242-13 Bankruptcy Jul 1995 52.212-5 Contract Terms and Conditions Required to Implement Jan 2012 Statutes or Executive Orders-Commercial Items. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). __ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2011)(section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161). (12) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644) (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code ______________ assigned to contract number ______________.[Contractor to sign and date and insert authorized signer's name and title]. (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.) (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). This clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Machinery Maintenance Mech. (WG-10) $21.03 Included (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). Contract Clauses 52.252-2 Clauses Incorporated by Reference Feb 1998 This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also the full text of the clause may be accessed electronically at Internet address http://acquisition.gov/far/index.html. 52.247-34 F.O.B. Destination Nov 1991 Full Text Clause(s): 52.217-9 Option to Extend the Term of the Contract Mar 2000 (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years. (End of clause) SOLICITATION PROVISIONS (Incorporated by Reference) 52.217-5 Evaluation of Options Jul 1990 52.222-22 Previous Contracts and Compliance Reports Feb 1999 52.222-25 Affirmative Action Compliance Apr 1984 52.225-25 Prohibition on Conducting Restricted Business Nov 2011 Operations in Iran - Certification FULL TEXT PROVISIONS 52.211-14 Notice of Priority Rating for National Defense Apr 2008 Emergency Preparedness and Energy Program Use Any contract awarded as a result of this solicitation will be [ ] DX rated order; [X] DO rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. [Contracting Officer check appropriate box.](End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-12-Q-800006/listing.html)
 
Place of Performance
Address: HU25, HH65, HH60J, C130, ESD, IOD, ISD, CASA, or ALD, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN02651967-W 20120112/120110234645-55b42543bfc10b27e602fa1e08e20d35 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.