Opportunity: VAL/SERV/B Service Agreement - Sole Source

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; a quotation is being requested and a written solicitation will not be issued. This solicitation, number RFQ-OH-17-00219, is issued as a Request For Quotation (RFQ). NAICS: 334516 Size Standard: 1,000 Employees The US EPA intends to negotiate on a sole source basis, under the authority of FAR 13.106-1(b)(1)(i), with Rees Scientific Corporation to provide a VAL/SERV/B annual service agreement for the Rees Scientific environmental monitoring system with a base year and two one-year option periods. The detailed description of the minimum requirements is as follows: Directives - VAL SERV B service agreement to include: - All equipment necessary to verify and calibrate Rees Centron system with Centron Presidio software: o NIST traceable instruments for calibration purposes o 6 volt 1.4 AMP batteries (10) o Replacement batteries (204) o RF sensor battery, 3.6V Lithium, size: Full AA for AA style wireless sensors. o Battery module for UPS backup for Centron system o Validation Kit for Centron with Centron Presidio Software o Activated temperature, humidity, and CO2 probes - Install and provide activation codes for new probes - Service agreement to cover 105 inputs. - 24/7 technical support - Annual comprehensive system test, to be performed once per year during the service agreement performance period (one year), and to include the following: o Calibration of covered temperature, humidity, and CO2 probes using traceable equipment o Onsite refresher training o Validation reports o Copies of reference equipment (NIST traceable) calibration certificates All Attachments are available through the FedConnect link included within this FBO posting. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective January 13, 2017. The following provisions and clauses are incorporated into this combined synopsis/solicitation: FAR 52.203-18 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS-REPRESENTATION. (JAN 2017) FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT. (OCT 2016) FAR 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE. (OCT 2016) FAR 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING. (JUL 2016) FAR 52.204-17 OWNERSHIP OR CONTROL OF OFFEROR. (JUL 2016) FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE. (JAN 2017) FAR 52.209-2 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS-REPRESENTATION. (NOV 2015) FAR 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS. (NOV 2015) FAR 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW. (FEB 2016) FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS. (JAN 2017) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. (JAN 2017) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS. (JAN 2017) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS. (JAN 2017) and the following clauses selected within 52.212-5: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) 52.222-3, Convict Labor (JUN 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (SEP 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT. (MAR 2000) FAR 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATIONS. (OCT 2015) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS. (DEC 2013) EPAAR 1552.211-79 COMPLIANCE WITH EPA POLICIES FOR INFORMATION RESOURCES MANAGEMENT. (JUL 2016) EPAAR 1552.233-70 NOTICE OF FILING REQUIREMENTS FOR AGENCY PROTESTS. (JUL 1999) Local Clause EPA-H-42-102 UTILIZATION OF FEDCONNECT FOR CONTRACT ADMINISTRATION Local Clauses EPA-L-15-102 TECHNICAL QUESTIONS Local Clause EPA-L-15-104 ELECTRONIC SUBMISSION OF PROPOSALS/BIDS/ OFFERS/QUOTES (MAR 2014) All provisions and clauses are available in full text in the solicitation document available through the FedConnect link included within this FBO posting. The quotation shall be submitted no later than 3:00pm Eastern Daylight Time on September 18, 2017. The quotation shall be submitted via FedConnect.net. This procurement will be accomplished using FAR Part 12 Procedures. It is anticipated that Rees Scientific Corporation is the only source capable of providing the item meeting the minimum specifications. However, interested firms may identify their capability to respond to the requirement and must be able to meet or exceed the requirements for this work. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTATIONS. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Sources wishing to be considered MUST submit documentation to the office identified above. Documentation must be submitted within 3 calendar days of the date of publication of this notice. Submit your interest and capability to respond to the requirements in writing to Sean Gifford via e-mail to gifford.sean@epa.gov or via FedConnect.net. Telephone requests will not be honored. The point of contact for this requirement is Sean Gifford, Contract Specialist, 513-487-2506, gifford.sean@epa.gov.

Overview 
Reference number: RFQ-OH-17-00219
Issue date: 09/11/2017
Response due: 09/18/2017 03:00 PM US/Eastern

Set Aside: N/A
NAICS: 334516-Analytical Laboratory Instrument Manufacturing
PSC / FSC: 6640-LABORATORY EQUIPMENT & SUPPLIES

Agency: EPA

Contracting office:

CPOD
US Environmental Protection Agency
26 West Martin Luther King Drive
Mail Code: NWD
Cincinnati, OH 45268


Place of Performance:




Contact: Brad Werwick
Phone:
Fax:
Email: werwick.brad@epa.gov

Vendors conference:

Location:



Details:



What do I do now?
This is the opportunity summary page. To the left you will see a description and an overview of this opportunity. To the right you will see a list of the attached documentation. To view any of the attachments, simply click the attachment name.



Registered Users
To register interest in this opportunity or to electronically respond, you must first sign in. Click the Sign In button below.





Non Registered Users
You can view this or any other public opportunity. However, registered users have numerous added benefits including the ability to submit questions to the agency, receive emails concerning updates and amendments, create and manage a response team and submit responses directly through this site.

Becoming a registered user is fast, free and takes only a few minutes. To get started, click the Register Now button below.

  




Documentation 

© 2025 Unison Software, Inc. All rights reserved. Terms of Service and Use About FedConnect