Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2003 FBO #0489
SOLICITATION NOTICE

65 -- Requirement to furnish chemical tanks, equipment, and chemicals for cage washing operations to include monitoring and training.

Notice Date
4/1/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
DAMD17-03-R-0011
 
Archive Date
6/15/2003
 
Point of Contact
Charles Phillips, 301 619 2527
 
E-Mail Address
Email your questions to US Army Medical Research Acquisition Activity
(charles.phillips@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested; a written solicitation will not be issued. This is an unrestricted procurement. Solicitation document and incorporated provision and clauses are current through Federal Acquisition Circular (FAC) 01-12 (24 Jan 2003) and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 Edition, current to DCN 20030301. It is anticipated that payment will be made by Government VISA Credit Card. The North American Industry Classification System (NAICS) identifier is 325612 and the Standard Industrial Classification (SIC) is 2842 with a size standard of 500 employees. Commencement of deliveries is to begin within 30 calendar days after date of award to the Division of Veterinary Medicine, Walter Reed Army Institute of Research, Forest Glen Annex, Maryland. The award will be a requirements type contract for a base year and 4 option years. The following Statement of Work for Animal Cage Wash Operations represents the present system being used by the Division of Veterinar y Medicine and is being offered as a basis for proposals. C1. DESCRIPTION: The contractor shall provide all chemicals and supplies needed to meet mission requirements of the cage wash operation in a manner that will ensure safe and continuous operation. I t is anticipated the following products shall be provided on a bi-monthly basis for this operation. All chemicals shall comply with the Environmental Protection Agency Standards for manufacturing. a. Caustic Blend (sodium hydroxide/potassium hydroxide) est . 90 gal. per month b. Cage Wash Compound (potassium hydroxide/sodium borate) est. 210 gal. per month c. Scale Remover (phosphoric aid) est. 180 gal. per month d. Aqueous Germicidal Detergent (N, N-bis: 2-omega-hydroxpoly (oxyethylene) ethyl alkylamine, al kyl (50%) C14.40% C12, 10% C16) dimethyl benzyl ammonium chloride, hexylene glycol, sopropanol) est. 17 gal. per month e. Quaternary Ammonium Germicidal Detergent (octyl decyl diethyl ammonium chloride, dioctyl dimethyl ammonium chloride, didecyl dimethyl ammonium chloride, alkyl (50% C14, 40% C12, 10% C16) dimethyl benzyl ammonium chloride, monoethanolamine) est. 180 gal. per month. C2. EQUIPMENT: The contractor shall furnish double-walled storage tanks and dispensing equipment. The tanks currently in use are two ea. 275 gallon, two ea. 350 gallon and one ea. 150 gallon. Each contractor furnished tank shall be inspected and each dispensing unit serviced on a monthly schedule. Performance of the dispensing equipment to include probe calibration will be monit ored on a monthly basis for verification of proper operating concentration of chemicals and the effectiveness of the chemicals used to sanitize animal caging. A monthly report will be furnished to the Contracting Officer's Representative, which identifies chemicals used, adjustments made and recommendations for maintenance of cage washers. Each tank shall be cleaned on a quarterly schedule and replaced as necessary. Tanks shall be sealed and prevent splashing. The contractor shall remove/dispose of existing tanks from the Government facility. Removal and disposal of containers used to transport chemicals shall be the responsibility of the contractor and shall be removed from the Government facility. C3. FILLING: The contractor shall fill all tanks initially and thereafter automatically re-fill/top-off all tanks bi-monthly. Filling of tanks, and/including servicing of equipment, cleaning, replacement of tanks and any non-scheduled requested filling shall be done during normal business hours (Monday-Friday, 080 0 hours - 1530 hours, excluding Federal Holidays). The contractor shall furnish a telephone number, which is accessible during normal business hours for the pur pose of unscheduled deliveries. Unscheduled deliveries shall be accomplished the next business day following order placement. C4. TESTING: Monthly testing shall be performed to ensure that no colony forming units exist after cages are removed from the wash ing equipment. Microbial testing shall be performed to show cleaning/sanitation performance. Testing shall be performed at an independent laboratory. C5. TRAINING: Training of up to 50 Government personnel shall be conducted on a quarterly basis at the Go vernment facility. Training dates and times shall be coordinated with the Government appointed Contracting Officer's Representative. Topics to be addressed in each training session shall include but are not limited to contamination and infection control, product knowledge, effective cleaning methods, product safety and cage wash maintenance. Offerors are permitted to submit alternate proposals for chemicals other than those identified in C.1. Offerors proposing chemicals other than those listed in this sy nopsis/solicitation are required includes creditable documentation which will certify that the items proposed are equal to or better than those listed. Each proposal must be provided with the offeror's designed sanitation program, which demonstrates compli ance with regulatory requirements. All chemicals proposed shall comply with the following regulatory standards and Environmental Protection Agency Manufacturing Standards. Regulatory authorities/standards are; Tanks must comply with Federal Regulation No. 40CFR-264-93. Labeling of tanks OSHA No. 29 CFR-1910.200. Material Safety Data Sheets must accompany all shipments. Other applicable regulations, Chemical Safety and Environmental Protection Program Guide for WRAIR/NMRC (MCMR-UWZ-XS(385)) Environmental Pro tection Agency and Department of Transportation requirements for chemical transportation and Association for the Assessment and Accreditation of Laboratory Animal Care, International for laboratory / animal care. Offeror's proposals shall consist of CLIN N UMBERS numbered consecutively for each of the items proposed. Proposals shall be submitted for a base year and each of the 4 option years. For Clins 0001 thru 0005 (as necessary) the offeror shall identify all chemicals proposed with the per gallon unit pr ice per month. Clin 0006 Equipment Service, monthly price, Clin 0007 Equipment Service, quarterly price, Clin 0008 Testing, monthly price and Clin 0009 Training, quarterly price. Each group of proposed prices (base and all options years) are to be totaled with a grand total of all 5-performance periods. Alternate proposals will be accepted but all proposals shall be proposed for the performance period to include base year and 4 option years. Proposals shall be clearly marked with the solicitation number, D AMD17-03-R-0011, and received (e-mail addressed to charles.phillips@amedd.army.mil) not later than close of business, Wednesday April 16, 2003. Offerors that fail to furnish all required representations or technical information as requested by 52.212-1, ci ted below or rejects the terms and conditions of this solicitation may be rejected and eliminated from the competitive range. The Government intends to award a contract to the responsible offeror whose offer confirming to the solicitation that will be the most advantageous to the Government based on technical acceptability and price. Site visit will be held, 1000 hours Wednesday April 9 2003. All interested persons are required to report to Bldg. 511, Division of Veterinary Medicine, Walter Reed Army Insti tute of Research, Forest Glen Annex, Maryland. The following FAR provisions and clauses are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instruction to Offerors Commercial Items (Mar 2000). FAR provision 52.212-3 Offeror Representations and Certifications (Jul 2000) NOTE: To complete the Reps. and Cert., access the USAMRAA homepage (http://www.usamraa.army.mil), copy and past in to a word document and complete. FAR clause 52.212-4 Contract Terms and Conditions Commercial Items (May 1999) applies to this acquisition and specifically; 52.232-33 Mandatory Information for Electronic Funds Transfer Payment (May 1999); 52.232-34 Payment by EFT-Other than CCR (May 1999); 52 .247-34 FOB Destination (Nov 1991); 252.204-7004 Required Central Contractor Registration (Mar 2000); 52.232-36 Payment by third party FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Au g 2000) applies to this acquisition, and specifically: 52.219-8 Utilization of Small Business Subcontracting Plan (OCT 1999); 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.222-26 Equal Opportunity (FEB 1999); 52.222-35 Affirmative Action fo r Disabled Veterans and Veterans of the Vietnam Era (APR 1998); 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1999); 52.232-33 Payment by Elect ronics Fund Transfer-Central Contract Registration (MAY 1999); 52.216-18 Ordering (OCT 1995) (a) 01 May 03 through 30 April 08; 52.216-19 Order Limitations (OCT 1995) (a) 50 gal. (b) 1,000 gal. (c) 5,000 gal. (3) 7 (d) 30; 52.216-21 Requirements (OCT 1995) ; 252.212-7001 Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2000)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
Country: US
 
Record
SN00293074-W 20030403/030401213737 (fbodaily.com)
 
Source
FedBizOpps.gov 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.