Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2012 FBO #3766
SOLICITATION NOTICE

66 -- Site Gas Regulators

Notice Date
3/15/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Samantha FuchsUS Environmental Protection Agency26 West Martin Luther King DriveMail Code: NWDCincinnatiOH45268USA
 
ZIP Code
00000
 
Solicitation Number
SOL-CI-12-00036
 
Response Due
3/26/2012
 
Archive Date
4/25/2012
 
Point of Contact
Samantha Fuchs
 
E-Mail Address
fuchs.samantha@epa.gov
(wise.william@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: SOL-CI-12-00036Notice Type: Combined Synopsis/Solicitation Site Gas Regulators Synopsis: The U.S. Environmental Protection Agency (EPA), Office of Air and Radiation (OAR), Office of Transportation and Air Quality (OTAQ), Testing and Advanced Technology Division (TATD), and the National Vehicle and Fuel Emissions Laboratory (NVFEL) has a requirement for two stage gas regulators, with the specifications listed below. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Refer to SOL-CI-12-00036 when responding to this request. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. This acquisition is a total set-a-side for small business. The NAICS code is 325120, the size standard is 1,000 Employees. Background: The TATD (Testing and Advanced Technology Division) is modifying gas supply system in the new CTF (Cold test facility) and SC03 vehicle testing areas. To maintain consistent gas flows to these and any future sites connected to this cylinder supply location, TATD will institute a dual stage gas delivery system from the new manifold being installed in these testing locations. A dual stage gas regulator will be added inline to each gas being delivered to the two analyzer benches located in the CTF and SC03 test area. This will allow the initial gas cylinder regulator to flow at a higher pressure and secondary site regulators will correct for gas pressure fluctuation at each analyzer location and maintain a consistent gas source enabling improved gas sample readings for testing and calibration. Specifications: The contractor shall furnish two stage gas regulators in standard brass chrome plated versions (Quantity 80) and corrosive stainless steel versions (Quantity 20). The regulator size is critical due to the limited space available at each gas supply rack. The gas valve rack to which these regulators will be connected is only 12 inches deep and 33 inches wide. Due to the varying gasses needed and their locations on the supplied forty gas lines the regulators size must not exceed 1-3/4" body width. Both stages will be fitted with a gauge. First stage will be sized 0 to 500psi second stage will be sized 0-60 psi. Gauges will be constructed of appropriate material for their use. Total depth of regulator body with attached gauges must not exceed 3" over all height of regulator assembly must not exceed 6". Inlet and outlet ports will be ?" NPT thread. Due to its proximity to other regulators in the valve rack the inlet must port from the top. The outlet must port f rom the rear of the regulator. The regulator must be capable of inlet pressures up to 3000psi in case of cylinder regulator failure. The regulator output flow must be at least 10 SLPM at 25psi at an inlet pressure of 250 psi. Regulators shall be off the shelf commercially available assembled from standard designed parts with no special machined components. Payment: Payment will be made upon acceptance and submission of a properly prepared invoice from the Contractor. The Purchase Order Number assigned to this contract must appear on all invoices. The Purchase Order Number is noted in Block #3 of Optional Form 347, "Order for Supplies or Services" to be sent to the Contractor at the time of award. All supplies shall be provided to the EPA NVFEL located at 2565 Plymouth Rd., Ann Arbor, MI 48105 within 56 days after receipt of award. The F.O.B. point shall be destination. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is applicable and the specific evaluation criteria are as follows: (1) Technical acceptability of the item offered to meet the Government's requirement and (2) price. Award will be made on a basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. This provision may be found on the Internet at the following site: http://www.acquisition.gov/far/ Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under FAR 52.212-5 paragraph (b), the following additional clauses apply to this acquisition: FAR 52.222-50 Combating Trafficking in Persons (Feb 2009), 52.204-10-Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010), 52.209-6-Protecting the Government' s Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010), 52.209-10-Prohibition of Contracting With Inverted Domestic Corporations (May 2011), 52.219-6-Notice of Total Small Business Aside (Nov 2011), 52.219-28-Post Award Small Business Program Representation (Apr 2009), 52.222-3-Convict Labor (Jun 2003), 52-222-19 (a) Child Labor - Cooperation with Authorities and Remedies (Jul 2010), 52.222-21-Prohibi tion 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-Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011), 52.225-1-Buy American-Act-Supplies (Feb 2009), 52.225-13- Restrictions on Certain Foreign Purchases (Jun 2008), 52.232-33-Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), & EPAAR 1552.211-79-Compliance With EPA Policies For Information Resources Management (I,II & III) (OCT 2000) (This document can be found at: http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?sid=52c48b59c02b4481b8576a658c6e69ab&c=ecfr&tpl=/ecfrbrowse/Title48/48cfrv6_02.tpl) Offerors shall submit (1) one copy of their firm-fixed-price quote with descriptive literature, referencing SOL-CI-12-00036, no later than Monday, March 26, 2012 at 4:30 PM EST to Samantha Fuchs as follows: via email at Fuchs.Samantha@epa.gov. Questions may be submitted in writing to Samantha Fuchs via e-mail at Fuchs.Samantha@epa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/SOL-CI-12-00036/listing.html)
 
Record
SN02698054-W 20120317/120315235345-74ec395743d6fd219c6d69ed50430afc (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.