To place a bid or register go to Unison Marketplace

View Details for Buy # 1105048

General Buy Information

Buy #: 1105048  
Solicitation #: N0060422Q4065
Buy Description: RAE Systems Calibration gas, sensors, and monitors
Category: 42 -- Fire Fighting, Rescue, and Safety Equipment; and Environmental Protection Equipment and Materials
Sub Category: 4210 -- Fire Fighting Equipment
NAICS: 325120 -- Industrial Gas Manufacturing
SAM Contract Opportunity: Yes
Set-Aside Requirement: No Set-Aside Restriction
Buyer: FLC - Pearl Harbor
End Date: 06/30/2022
End Time: 16:00 ET
Seller Question Deadline: 6/27/2022 - 16:00 ET
Delivery: 30 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers Seller to deliver)

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s)

Item No Description Qty Unit
001 34 Liter Disposable Aluminum (DAL) cylinders of 100 ppm Isobutylene balance air (Brand Name Only - RAE Systems by Honeywell; Part number: X02AI99CA342066) 12 EA
002 34 Liter Disposable Aluminum (DAL) cylinders of 4-gas mix: 50 ppm Carbon Monoxide (CO), 10 ppm Hydrogen Sulfide (H2S), 2.5% Methane (50% LEL), 18% Oxygen balance Nitrogen Brand Name Only - RAE Systems by Honeywell; Part number: X05NI79CA3413W6) 12 EA
003 Sensor Extended Range Hydrogen Sulfide Toxirae Pro (Brand Name Only - RAE Systems by Honeywell; Part number: R42C03-0907-001) 6 EA
004 Sensor Oxygen O2 Replacement (Brand Name Only - RAE Systems by Honeywell; Part number: R42C03-0942-000) 6 EA
005 Sensor Carbon Monoxide up to 500 ppm reading Toxirae Pro (Brand Name Only - RAE Systems by Honeywell; Part number: R42C03-0906-000) 6 EA
006 Sensor Bead Catalytic Combustible Toxirae Pro (Brand Name Only - RAE Systems by Honeywell; Part number: R42C03-0911-000) 6 EA
007 Monitor PID .1-5000ppm 10.6eV Multirae (Brand Name Only - RAE Systems by Honeywell; Part number: R42C03-0912-002) 6 EA
008 MultiRae Pro Monitor with PID, HR, PID sensor (0.1 – 5,000 ppm; 0.1 ppm res.; 10.6 eV lamp) Hydrogen Sulfide (H2S) sensor (up to 100ppm reading) Carbon Monoxide (CO) sensor (up to 500ppm reading) Oxygen (O2) sensor, LEL Catalytic % Sensor, Li-ion Battery, charger, Non-wireless (Brand Name Only - RAE Systems by Honeywell; Part Number: MCB3A1C112E020) 3 EA
009 Training to support basic start up and usage of MultiRAE Pro Monitor (Training can be provide as literature, recorded vide, and/or video conference) 1 EA

Bidding Requirements

Instructions
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
The Government intends to select for award the one responsible quote which conforms to the Bidding Requirements and Buy Terms in the auction, proposes a price that is fair and reasonable, and provides the Lowest Priced, Technically Acceptable (LPTA) quote meeting the specifications of the requirement. If the lowest priced quote is not found to be Technically Acceptable, the government will evaluate the next lowest priced quote, and so on. Quotes determined to be incomplete, unreasonable, or unrealistic will not be considered for award.
The Buyer requests that Sellers bid only the Brand Name and part number provided (exact make, model, part number and/or description). This means that bids containing substitutions will be viewed as UNACCEPTABLE. If you are not able to deliver the line item as requested, DO NOT BID. Please direct any questions to the Buyer through our 'Submit a Question' button.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award.
There is no Set-Aside restriction for this Buy.
Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)

Buy Terms

Name Description
Combined Synopsis/Solicitation Notice This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The RFQ number is N0060422Q4065. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-06 and DFARS Publication Notice 20220623. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 325120 and the Small Business Standard is 1,000 employees. The proposed action is BRAND NAME ONLY, competitive, unrestricted action. The Small Business Office concurs with this decision.
Authorized Distributor The contractor shall be an authorized distributor of RAE Systems by Honeywell monitoring equipment and be approved by the applicable Original Equipment Manufacturer (OEM) to perform such services on the calibrated gas cylinders in accordance to established OEM guidelines.
Evaluation Criteria/Basis of Award Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer.
Delivery Compliance The contractor shall ensure that transportation and delivery of the supplies complies with all federal and state guidance/regulations.
Equipment Condition Equipment Condition: New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
No partial shipments allowed No partial shipments allowed: No partial shipments are permitted unless specifically authorized at the time of award.
Offer period Offer period: Bid MUST be good for 30 calendar days after close of Buy.
FAR Site FAR Site: The full text of the referenced FAR clauses/provisions may be accessed electronically at https://www.acquisition.gov/?q=browsefar
DFARS Site DFARS Site: The full text of the referenced DFARS clauses/provisions may be accessed electronically at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/
SAM Registration SAM Registration: All offerors are required to have an active registration in System for Award Management (SAM) to respond to federal solicitations. To register in SAM, please go to https://www.sam.gov/. Any active or inactive exclusions in SAM may preclude an award being made to your company.
52.204-7 52.204-7: System for Award Management
52.204-13 52.204-13: SAM Maintenance
52.209-2 52.209-2: Prohibition on Contracting with Inverted Domestic Corporations--Representation
52.211-6 52.211-6: Brand Name or Equal
52.212-1 52.212-1: Instructions to Offerors -- Commercial Items
52.212-3 & Alt I 52.212-3 & Alt I: Offeror Representations and Certifications -- Commercial Items
52.212-4 52.212-4: Contract Terms and Conditions--Commercial Items
52.212-5 52.212-5: Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items
52.222-3 52.222-3: Convict Labor
52.222-19 (Dev 2020-O0015) 52.222-19: Child Labor--Cooperation with Authorities and Remedies (Dev 2020-O0015)
52.222-21 52.222-21: Prohibition of Segregated Facilities
52.222-26 52.222-26: Equal Opportunity
52.222-36 52.222-36: Equal Opportunity for Workers With Disabilities
52.222-50 52.222-50: Combating Trafficking in Persons
52.223-18 52.223-18: Encouraging Contractor Policies to Ban Text Messaging while Driving
52.225-13 52.225-13: Restriction on Certain Foreign Purchases
52.225-25 52.225-25: Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs
52.232-33 52.232-33: Payment by Electronic Funds Transfer - SAM
52.232-40 52.232-40: Providing Accelerated Payments to Small Business Subcontractors
52.247-34 52.247-34: FOB Destination
52.252-1 52.252-1: Solicitation Provisions Incorporated by Reference
52.252-2 52.252-2: Clauses Incorporated by Reference
252.203-7000 252.203-7000: Requirements Relating to Compensation of Former DOD Officials
252.203-7002 252.203-7002: Requirement to Inform Employees of Whistleblower Rights
252.203-7005 252.203-7005: Representation Relating to Compensation of Former DoD Officials
252.204-7015 252.204-7015: Disclosure of Information to Litigation Support Contractors
252.211-7003 252.211-7003 : Item Unique Identification and Valuation
252.225-7001 252.225-7001: Buy American Act & Balance of Payments Program
252.232-7003 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 252.232-7006: Wide Area Workflow Payment Instructions
252.232-7010 252.232-7010: Levies on Contract Payments
252.244-7000 252.244-7000: Subcontracts for Commercial Items
252.247-7023 252.247-7023: Transportation of Supplies by Sea
52.204-6 Unique Entity Identifier
52.233-3 Protests after Award
52.204-10 52.204-10: Reporting Executive Compensation and First-Tier Subcontract Awards
52.232-39 52.232-39: Unenforceability of Unauthorized Obligations
252.204-7003 252.204-7003: Control of Government Personnel Work Product
252.223-7008 252.223-7008: Prohibition of Hexavalent Chromium
52.204-16 52.204-16: Commercial and Government Entity Code Reporting
52.204-18 52.204-18: Commercial and Government Entity Code Maintenance
52.204-21 52.204-21: Basic Safeguarding of Covered Contractor Information Systems
52.204-24 52.204-24: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.203-19 52.203-19 : Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-23 52.204-23: Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-25 52.204-25: Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment
52.209-10 52.209-10: Prohibition on Contracting with Inverted Domestic Corporations
52.209-6 52.209-6: Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
252.204-7016 252.204-7016: Covered Defense Telecommunications Equipment or Services--Representation
252.204-7017 252.204-7017: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation
252.204-7018 252.204-7018: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.225-7012 252.225-7012: Preference for Certain Domestic Commodities
252.225-7048 252.225-7048: Export-Controlled Items
252.225-7972 (Dev 2020-O0015) 252.225-7972 (Dev 2020-O0015): Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015)
252.225-7973 (Dev 2020-O0015) 252.225-7973 (Dev 2020-O0015): Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015)

Shipping Information

City State   Zip Code
Joint Base Pearl Harbor Hickam HI   96860

Seller Attachment(s): Optional

The attachment(s) could include the following non-pricing information: With your quote, please provide a completed: 1. Attachment 2- FAR 52.204-24 (if your representation and certifications are not current in SAM); and 2. Attachment 3 - FAR 52.213 Alt I (If your annual representations and certifications are current in the System for Award Management (SAM), notate "None or N/a" on page 4 in paragraph (b)(2)).

Buy Attachment(s)

No. Document Name   Document Size
001 Attachment_3_-_52_212-3_Alt_I_Fillable.pdf   1,152 KB
002 Attachment_2_-_52_204-24.pdf   460 KB
003 RAE_Systems_by_Honeywell_Authorized_distributor.pdf   176 KB
004 4_02_LSJ_Redacted.pdf   538 KB