SOLICITATION NOTICE
66 -- Telemetry Water Quality Monitoring Equipment - SF18 - Background and Brand Name - General Question Sheet
- Notice Date
- 3/8/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, Region VII, 901 North 5th Street, Kansas City, Kansas, 66101
- ZIP Code
- 66101
- Solicitation Number
- RFQ-KS-12-00014
- Archive Date
- 4/7/2012
- Point of Contact
- Debra A. Dorsey, Phone: 9135517784
- E-Mail Address
-
dorsey.debra@epa.gov
(dorsey.debra@epa.gov)
- Small Business Set-Aside
- N/A
- Description
- Please complete with you company information Please review for detailed information for submitting a quote Please enter your pricing on the Standard Form 18 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 RFQ; quotes are being requested and a written solicitation will not be issued. RFQ number RFQ-KS-12-00014 is applicable and is issued as a request for quotation. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The requirement is "Full and Open Competition" with a NAICS Code of 334516 (Analytical Laboratory Instrument Manufacturing) and a size standard in millions of dollars $6.5. EPA Region 7 is seeking to procure the YSI Inc brand satellite telemetry systems that are compatible with EPA's existing YSI Inc. brand water quality monitoring equipment such as hand held units, data loggers, sondes, multi-parameter probes, cables and an inventory of replacement parts. EPA Region 7 will use this new equipment as interchangeably with existing equipment and will use many of the items to repair or modify existing hardware. Over the past several years, several hundred paired turbidity readings and bacteria samples were taken by EPA Region 7 with YSI sondes, in order to derive a statistical relationship between bacteria and turbidity. The use of a different manufacturer's sondes would require Region 7 to repeat field collection, laboratory analysis, and data assessment at a significant expense, and would ultimately set the project back a year or more. Additionally, EPA is entering into a joint long-term project to integrate their system with the U.S. Geological Survey`s YSI Inc. telemetry real-time system in the greater Kansas City area. It is essential to the success of this joint effort that the EPA and USGS systems meet exacting standards of compatibility beginning with identical telemetry field equipment, since EPA may install additional EPA sondes on USGS probes. The selection resulting from this request for quotation will be made on the basis of the lowest priced technically acceptable quote from responsible quoter who meets the minimum requirements. Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued using an Optional Form 347. A purchase order will be in existence once the Contracting Officer has signed the order. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or in any applicable provision, they shall be read to mean quote, quotation, quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotation not a Request for Proposal or an Invitation for bid. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The Contracting Officer will evaluate quotes on the basis of information furnished by the quoter that demonstrates that they meet the Minimum system requirements. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Telephonic inquiries will not be accepted. Quotes must be mailed and are due on March 23, 2012 at 12:00 PM Central Saving Time (CST) along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number. In addition, quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, with their quotes. FAR clause 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.247-64 are applicable to this acquisition: 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-41, 52.246-4
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegVII/RFQ-KS-12-00014/listing.html)
- Place of Performance
- Address: 300 Minnesota Avenue, Kansas City, Kansas, 66101, United States
- Zip Code: 66101
- Zip Code: 66101
- Record
- SN02691844-W 20120310/120308234727-4ffc491fb7c425aac45d61ba5755298f (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 |