Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
SOLICITATION NOTICE

H -- Temperature Mapping

Notice Date
4/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Health and Human Services, Program Support Center, Supply Service Center, Building 14, Perry Point, Maryland, 21902
 
ZIP Code
21902
 
Solicitation Number
12-284-SOL-00012
 
Archive Date
5/19/2012
 
Point of Contact
Allison C. Lempka, Phone: 410-642-0700, Timothy R. Bouchelle, Phone: 410-642-1382
 
E-Mail Address
allison.lempka@psc.hhs.gov, timothy.bouchelle@psc.hhs.gov
(allison.lempka@psc.hhs.gov, timothy.bouchelle@psc.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. Solicitation 12-284-SOL-00012 is issued as a Request for Proposal (RFP). This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-56. The North American Industry Classification Code (NAICS) is 334513 - Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables. This acquisition is a Small Business Set-Aside, and the small business size standard is 500 employees. A proposal is requested for the following service: Prospective vendors shall supply temperature mapping of all temperature controlled product storage areas for the HHS Supply Service Center in North East, MD. This warehouse facility in North East, MD is approximately 150,000 square feet and upon award will be qualified one time in the summer season and one time in the winter season and shall be honored for two years beginning in the summer of 2012 and concluding in early 2014. This results in a total of four mapping qualifications. Upon award HHS, Supply Service Center will provide the floor plans that will include dimensions and features such as shelving and doors. When awarded, the vendor must provide a placement plan. Vendor shall determine what temperature issues, if any, exist. Monitors shall be placed in products storage areas and in areas such as the perimeter of the storage area, doors, windows, and heat/cold generating equipment. These are considered to be contributors and shall be monitored to capture any potential variation that could be caused by these contributors in the features of the area to be mapped. Prospective vendors must meet the following minimum specifications: Supply a 14-day thermal map for the warehouse building in North East, Maryland, for both winter and summer conditions. Provide documentation of temperature performance in each location monitored within the facility. Identify locations within the facility where temperatures are above or below the specified range identified by HHS, Supply Service Center. Monitors shall be programmed to automatically start and automatically stop. Monitors shall be placed by an application specialist of the winning vendor. Vendor shall supply a FedEx return mailer so that HHS, Supply Service Center can mail finished monitors to vendor to be analyzed. The monitors used must be tested to National Institute of Standards and Technology (NIST) traceable standards and include Certificates of Validation per United States Pharmacopeia ( USP) guidelines. Vendor shall supply HHS, Supply Service Center with two printed and electronic copies of a formal report. Report must contain the following: •a) Executive Summary - the executive summary shall provide a high level view of the data collected by the study. It shall also highlight observations and any recommendations. •b) Key findings and results - the key findings and results shall outline the key findings and results of each study. This information allows for areas of concern to be quickly investigated and resolved as needed. •c) Detailed account of time outside specification - these statistics shall be displayed in tabular form and shall list time out of specification for both the low and high ends separately. •d) Tabular Data - the tabular data shall detail summary statistics for each monitor, as well as origin, destination and serial number, for traceability purposes. Temperature statistics shall include; maximum, minimum, and mean temperatures, standard deviation, and time out of specification recorded for each monitor. •e) Multi-graphs - these graphs shall be designed to show trends in the data; these are multiple graph overlays, which as a group include all monitors used in each study. Graphs shall be organized based upon the monitors' area, level and location. The provision 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012) applies to this acquisition. Offers will be evaluated on the basis of technical capability to meet the Governments requirement and price. Offerors shall submit a fully executed copy of provision 52.212-3, Offeror Representations and Certifications Commercial Items (Nov 2011) with their offer. Please note: Any interested offeror who has not completed the annual representations and certifications electronically at the ORCA website are urged to do so at the following address: https://orca.bpn.gov/. The clauses 52.212-4, Contract Terms and Conditions Commercial Items (June 2010) and 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Mar 2012) apply to this acquisition as well as the following clauses sited therein: 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 52.219-7, Notice of Partial Small Business Set-Aside (June 2003); 52.222-19, Child Labor (Mar 2012); 52.222-21, Prohibition of Segregated Facilities (Feb.1999); 52.222-26, Equal Opportunity (March 2007); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-50, Combating Trafficking in Persons (Feb 2009) (applies to all contracts); 52.225-1, Buy American Act - Supplies (Feb 2009); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct., 2003); 52.239-1, Privacy or Security Safeguards (Aug. 1996). All clauses and provisions referenced in this announcement can be found in full text format at www.arnet.gov/far. All prospective offerors interested in submitting proposals MUST be registered with the Central Contractor Registry (CCR), www.ccr.gov to be eligible for award. All proposals must meet all minimum specifications. It is incumbent upon all Offerors to provide proper documentation ensuring the equipment meets the minimum criteria. Award will be made to the vendor meeting the best value to the government including cost and technical factors. All transportation shipping costs are to be included in the proposal. Offers must be received by May 4, 2012, 10:00 a.m. EST at the HHS, Supply Service Center, ATTN: Allison Lempka, Bldg. # 14, Perry Point, MD 21902. Please note that late offers will be handled in accordance with the rules set forth in FAR Clause 52.212-1 (f) "Late Submissions, Modifications, and Withdrawals of Proposals" (Feb 2012). Faxed offers are acceptable; however it is the responsibility of the offeror to verify receipt of faxed documents. Offers may be faxed to: (410) 642-3566, ATTN: Allison Lempka. Offerors may also elect to transmit electronic copies to Allison.Lempka@psc.hhs.gov by the due date. Electronic copies must be in Adobe PDF format and it is the responsibility of the offeror to verify receipt of email copies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/SSC/12-284-SOL-00012/listing.html)
 
Place of Performance
Address: Bldg. # 14, Perry Point, Maryland, 21902, United States
Zip Code: 21902
 
Record
SN02721278-W 20120414/120413000308-61405154df49d67289d393288e05d4a7 (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.