Intent to Sole Source for Gas Alarm System at NVFEL in Ann Arbor, MI
The U.S. Environmental Protection Agency (EPA),Office of Air & Radiation (OAR), Office of Transportation and Air Quality (OTAQ), Testing and Advanced Technology Division (TATD) located at the National... The U.S. Environmental Protection Agency (EPA),Office of Air & Radiation (OAR), Office of Transportation and Air Quality (OTAQ), Testing and Advanced Technology Division (TATD) located at the National Vehicle and Fuel Emissions Laboratory (NVFEL) in Ann Arbor, Michigan requires an Indefinite Delivery/Indefinite Quantity (IDIQ) Contract for the Installation of Gas and Aerosol Detection Hardware & Software and to Maintain Existing Equipment. Work will be accomplished through the issuance of Task Orders issued over a one (1) year base period and four (4) one (1) year option periods. The EPA intends to award the IDIQ on a sole source basis, under the authority of FAR 13.106-1(b), with Ino-Tek Inc. The Contractor shall furnish all labor, equipment and materials (not otherwise provided by EPA), tools, and services necessary for the proper completion of all work in accordance with specifications. The NVFEL is the primary EPA research laboratory for automotive emission and fuels testing. The installations of gas and aerosol detection sensors is a crucial aspect to the Safety system of the laboratory, having hundreds of gas bottles, many types of fuels, and monitoring emissions for many types of engines throughout the facility. The requirement is a combination of both supplies, services, and software work. An element of the requirement consists of a product list of supplies along with specific tasks for the software's end user. These systems typically monitor CO, CO2, NO2, O2, H2 and LEL (Lower Explosion Limit). The sensors sample the air in work areas and go into an alarm state if specified levels of toxic gas are detected, if oxygen levels drop too low, or if levels of combustible gas are too high. The sensors are connected to various control panels, such as QuadGard panels and SafeAir panels, and are networked to a Central Gas Detection System Computer. All sensor levels and alarms are logged on this Central Computer. The gas detection system is required to ensure that personnel are not exposed to toxic gases above the OSHA permissible exposure limits, thereby helping ensure a safe work environment. Also, NVFEL periodically requires the installation of additional gas detection sensors and upgrades of existing systems. All work shall be executed in a thorough, workmanlike manner by competent and efficient laborers, mechanics, electricians, alarm technicians, or artisans in strict accordance with the Statement of Work and drawings. All materials shall be installed in accordance with the manufacturers' requirements. Work will include power wiring as well as other incidental services necessary to integrate the new installations with the existing gas detection system. The sensors require quarterly calibration and annual verification of the hardware and software. The NVFEL building has an extensive safety system that is always required to remain active. The EPA has identified Ino-Tek Inc. as the only known source able to satisfy the EPA's requirement. Ino-Tek is a designated servicer of Draeger Systems, which is the gas detection system currently outfitted throughout the facility. This is proprietary hardware and software. Utilizing any other vendor would require NVFEL to have a new system re-developed, designed, and installed. This is not a possibility and cost prohibited. EPA intends to award a single IDIQ contract under this requirement with a target effective date of September 30, 2019. It is anticipated that the contract will specify a minimum order amount of $25,000 and a maximum not-to-exceed order amount of $3,000,000 over the life of the contract. Firm-fixed-price task orders will be issued against the IDIQ with at a minimum of $25,000 to $350,000 per task order. The applicable NAICS code is 333513 (Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables) with a size standard of 750 employees. This procurement will be accomplished under FAR Part 12 Commercial Procedures and FAR Part 13 Simplified Acquisition Procedures. THIS NOTICE OF INTENT IS NOT A REQUEST FOR QUOTATIONS. Interested small business firms may identify their interest and capability to respond to the requirements. Any small business firm that believes it is capable of meeting the EPA's requirement as set forth above may submit a response which, if received within fifteen (15) calendar days of the date of this announcement, will be reviewed for consideration. Submission of your capability statement with technical information describing your ability to meet the Government's need shall be submitted via email to Gerold Young, Contracting Officer, young.gerold@epa.gov. Telephone requests will not be honored. A determination not to compete the described requirement based upon responses to this notice is solely within the discretion of the Government.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »