Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2003 FBO #0636
MODIFICATION

66 -- VACUUM, DOUBLE DOOR, STEAM AUTOCLAVE (ELECTRIC) AND ACCESSORIES

Notice Date
8/25/2003
 
Notice Type
Modification
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
 
ZIP Code
19038
 
Solicitation Number
RFQ19-3615-03
 
Response Due
8/27/2003
 
Point of Contact
Lisa Botella, Contract Specialist, Phone 215-233-6551, Fax 215-233-6558,
 
E-Mail Address
lbotella@naa.ars.usda.gov
 
Description
MODIFICATION NO. 01 IS PROVIDED TO RESPOND TO THE FOLLOWING QUESTION. On page 3 of the fax it mentions 208Volt 3 Phase Power. Is this for a steam generator? The original specification called for house steam. ANSWER: House steam is provided, a steam generator is not necessary. ALL OTHER INFORMATION REMAINS UNCHANGED. The USDA, Agricultural Research Service (ARS), requires the Contractor to furnish, deliver (F.O.B. Destination, Within Consignee's Premises), and install one (1) Vacuum, Double Door, Steam Autoclave and accessories to the USDA, ARS, NAA, Foreign Disease Weed Science Research Unit in Ft. Detrick, Maryland in accordance with the terms, conditions, and specifications contained in this document. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation Subpart 12.6 through FAC 2001-14, as supplemented with additional information included in this announcement. Quotations are being requested and a written solicitation will not be issued. The Solicitation Number 19-3615-03 is issued as a Request For Quotation (RFQ). The NAICS is 339111 with a size standard of 500 employees. This procurement is unrestricted. This announcement and any other documents related to this procurement will be available electronically at the Internet site http://www.fedbizopps.gov. It is the offeror's responsibility to monitor the site for release of amendments (if any) and any other related documents. SCHEDULE OF ITEMS - The Contractor shall furnish and deliver the following in accordance with the terms, conditions, and specifications contained in this document: ITEM NO. 01, Vacuum, Double Door, Steam Autoclave, Electric, QTY: 1, UNIT: EA, UNIT PRICE: $_____, AMOUNT: $____. ITEM NO. 02, Micro-Processor Control with printer, QTY: 1, UNIT: EA, UNIT PRICE: $_____, AMOUNT: $___. ITEM NO. 03, Loading Car, QTY: 1, UNIT: EA, UNIT PRICE: $_____, AMOUNT: $___. ITEM NO. 03, Installation, QTY: 1, UNIT: JOB, UNIT PRICE: $_____, AMOUNT: $____. NOTE: The Contractor shall include the freight cost in the price of the line item in accordance with the F.O.B. Destination, Within Consignee's Premises clause. All equipment and components shall be fabricated with new materials in accordance with FAR 52.211-5. Used materials are unacceptable. ALL THIS FOR A LUMP SUM OF: $_____. BRAND NAME INFORMATION AND LITERATURE - Offerors are required to identify the brand and type of equipment offered in the space below: ITEM DESCRIPTION:______; BRAND NAME:______; MAKE/MODEL: ______. If necessary continue on a separate sheet. The Contractor shall provide two sets of the descriptive literature even if literature has been submitted previously. Failure to submit this literature may render the offer nonresponsive and ineligible for contract award. GENERAL SPECIFICATIONS - The USDA, Agricultural Research Service (ARS), requires the Contractor to provide all labor, equipment, materials, tools, and supervision to furnish, deliver and install one (1) Vacuum, Double Door, Steam Autoclave and Accessories. This equipment will be used to process and sterilize contaminated material out of BSL3 containment area at the FDWSRU. TECHNICAL SPECIFICATIONS - Vacuum, Steam Sterilizer, Electric (208 volt, 3 phase), 24"x 36"x 48", stainless steel and consisting of a double door with bio-seal, emergency manual door operation. The Chamber, jacket and welding must be done to A.S.M.E. specifications. Includes a Loading Car. Accessories include: 1) Micro-Processor Control with printer; 2) Loading Car. System includes Installation and Training and a Standard Commercial Warranty: 1 Year warranty on complete sterilizer, 15 years on pressure vessel. SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE - The Government has determined that Section 508 of the Rehabilitation Act of 1973, as amended, standard 1194.25 applies to this system. The Contractor must note in the schedule whether each product or service is compliant or noncompliant with the accessibility standards at 36 CFR 1194. For each item that is identified as compliant the Contractor shall provide evidence or verification of compliance. The proposal must indicate where full details of compliance can be found (e.g schedule attachment, vendor's website or other readily available location (specify). PACKING AND SHIPPING - The Contractor shall be responsible for shipping the equipment and accessories. The Contractor shall pack each item for shipment in a new container in such a manner that will ensure acceptance by common carrier and safe delivery at the destination site. Containers and closures shall comply with the Interstate Commerce Regulation, Uniform Freight Classification Rules, or regulation of other carriers as applicable to the mode of transportation. The items to be furnished hereunder shall be labeled with the purchase order number and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination, Within Consignee's Premises clause. DELIVERABLES - The Contractor shall deliver (F.O.B. Destination, Within Consignee's Premises) the equipment and documentation to the USDA, ARS, NAA, FDWSRU, Bldg. 374, 1301 Ditto Ave, Ft. Detrick, MD 21702, within ninety (90) days after the notice of award. Delivery shall be between the hours of 8:00 a.m. to 4:30 p.m., Monday through Friday, excl. Federal holidays. All shipments must include the P.O. number. GOVERNMENT RESPONSIBILITY - The USDA, ARS, FDWSRU will coordinate the installation of the facility electrical connections with USAG DIS personnel. DESIGNATION OF CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE - The Contracting Officer shall designate the Contracting Officer's Technical Representative (COTR) at the time of contract award. The COTR is responsible for administering the performance of work under this purchase order. In no event, however, will any understanding, agreement, modification, change order, or other matter deviating from the terms of this purchase order be effective or binding upon the Government unless formalized by proper contractual documents executed by the Contracting Officer prior to completion of the purchase order. The Contracting Officer should be informed as soon as possible of any actions or inactions by the Contractor or the Government which will change the required delivery or completion times stated in the purchase order so that the contract may be modified accordingly. (This does not apply to individual task assignments which were issued by the COTR; provided they do not affect the delivery schedule or performance period stated in the purchase order.) On all matters that pertain to the purchase order terms, the Contractor must communicate with the Contracting Officer. Whenever, in the opinion of the Contractor, the COTR requests efforts outside the scope of the purchase order, the Contractor should so advise the COTR. If the COTR persists and there still exists a disagreement as to proper contractual coverage, the Contractor should notify the Contracting Officer immediately, preferably in writing if time permits. Proceeding with work without the proper contractual coverage could result in nonpayment or necessitate submittal of a purchase order claim. INSTALLATION AND SET-UP - The Contractor shall be responsible for performing installation requirements to ensure the system is fully functional for it's intended purpose and start-up within two (2) weeks after delivery. The date and time for installation shall be coordinated by the Contractor with the COR at least one (1) week prior to delivery. TRAINING - The Contractor shall provide a minimum of 1-day training on-site at the FDWSRU for a maximum of 5 persons and include all pertinent training materials. The date and time shall be coordinated by the Contractor with the COR at least 1 week prior to delivery. Training shall be completed within 2 weeks after delivery. DOCUMENTATION - The Contractor shall provide the installation drawings to the COR within 15 calendar days after receipt of the purchase order. The Contractor shall provide two (2) copies each of the operations, repair, maintenance manuals, lubrication and service instructions, operating instructions and submitted upon delivery of the equipment. All documentation must include the P.O. number. WARRANTY - The Contractor shall provide a one-year, parts and labor warranty on the sterilizer and a 15-year warranty on the pressure vessel (included in the price.) The period of the warranty shall begin upon acceptance by the Government. The Contractor shall provide a copy of the warranty for each item with their offer. EXTENDED SERVICE CONTRACT - The Contractor shall provide a copy of the available service contracts and pricing with the offer. ADDITIONAL QUOTATION INFORMATION: RFQ'S SENT BY FAX OR E-MAIL ARE NOT ACCEPTABLE AND WILL BE CONSIDERED NONRESPONSIVE. The provision at 52-212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. ADDENDA TO FAR CLAUSE 52.212-1 - 1. Item (b), Submission of Offers is amended to include the following: Submit your offer, acknowledgment of amendments (if any), Brand Name and descriptive literature, Section 508 Compliance information, warranty information, extended service contract information and pricing, Evaluation information, and the Certifications at FAR 52.212-3 to Lisa M. Botella, USDA, ARS, North Atlantic Area, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. 2. Item (c), Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. Pending availability of funding, this date may be extended further. FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. ADDENDUM TO FAR CLAUSE 52.212-2 - 1. Deletes item D.3(b); 2. EVALUATION FACTORS FOR AWARD - The Government intends to make an award based on the technically acceptable offer with the lowest evaluated price (inclusive of all line items), price and other factors considered. The following evaluation criteria shall be used: Technical Capability, Past Performance and Price. Technical Capability and Past Performance are of equal importance, shall be scored on a "Pass/Fail" basis, and when combined are equal to price. The technical evaluation will be a determination as to equality of the product and shall be based on information furnished by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the quotation. To ensure sufficient information is available, contractors must furnish as part of their quotation all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the salient characteristics of the requirement. The Government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the Government, price and other factors considered. The Government reserves the right to make an award without discussions. Failure to provide the information relative to each evaluation factor may render your offer non-responsive. 1. TECHNICAL CAPABILITY OF THE FIRM - Technical capability will be based on manufacturer or brand name and model of the item and product literature, Technical Specifications, Section 508 Compliancy Information, Warranty provisions and service response time. 2. PAST PERFORMANCE - Past performance history may be based on the Contracting Officer's knowledge of any previous history of this type of work, customer surveys or any other verifiable information available to the Contracting Officer. An offeror offeror's lack of performance history may be met if their predecessor companies, relevant affiliates, key personnel or major subcontractors have relevant past performance information. In order to be considered for an award, Contractors shall provide a list of three (3) contracts (including Federal, State, and local government and private) that were awarded and/or successfully completed within the past three (3) years and are similar nature and complexity to the statement of work. For each contract the following information must be submitted with your offer: 1. Name, address, and telephone number of the contracting organization, the Government's Project Officer and Contracting Officer. 2. Contract number, type, and dollar value. 3. Item (description) purchased. 4. Date of contract. 5. Type of service contract and period of performance. 6. Information related predecessor companies, relevant affiliates, key personnel or major subcontractors who have relevant past performance. 7. A List any contract(s) terminated for convenience or default (partial or complete) within the past three (3) years. Include the contract number, name, address, and telephone number of the terminating officer. 3) PRICE. Price includes all equipment, supplies, materials, shipping costs, warranty, installation, training, and discount terms. Offeror's shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications - Commercial Items. An authorized representative of the offeror must sign these representations and certifications. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. ADDENDA TO FAR Clause 52.212-4 is revised to include the following clauses by reference: 1. Item a: AGAR 452.246-70, Inspection and Acceptance shall be made at: i) Destination. 2. Item (g), Invoice - All invoices shall be submitted in duplicate to: USDA, ARS, NAA, 600 East Mermaid Lane, Wyndmoor, PA 19038, Attn.: L. Botella. A separate invoice may be issued after installation, training and final acceptance by the government. 3. Item (i) Payment is amended to include one of the following methods of payment: Government Visa Credit Card, or Electronic Funds Transfer (EFT), or Government Check. 4. Item (o), Warranty is amended, see above. 5. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of these clauses, incorporated by reference, may be accessed electronically at this address: http://www.arnet.gov/far/ and AGAR Provisions and Clauses can be located at http://www.usda.gov/procurement/policy/agar.html: 52.204-4, PRINTING/COPYING DOUBLE SIDED ON RECYCLED PAPER; 52.211-5, MATERIAL REQUIREMENTS; 52.214-21, DESCRIPTIVE LITERATURE; 52.214-34, SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE; 52.214-35, SUBMISSION OF OFFERS IN US CURRENCY; 52.228-5, INSURANCE-WORK ON A GOVERNMENT INSTALLATION; 52.232-18, AVAILABILITY OF FUNDS; 52.232-19, AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR; 52.232-36, PAYMENT BY THIRD PARTY; 52.242-17, GOVERNMENT DELAY OF WORK; 52.247-35, F.O.B. DESTINATION, WITHIN CONSIGNEE'S PREMISES; AGAR 452.204-70, INQUIRIES. Provide a copy of the available Service Agreements and pricing, and any optional equipment components and pricing. FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS, applies to this acquisition. The following FAR clauses cited in 52.212-5 are applicable to this acquisition for supplies: 52.203-6, Restrictions on Subcontractor Sales to the Government (Alt. 1); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration - Call USDA, NFC at (504) 255-4647 to register; and 52-232-36, Payment by Third Party. As stated in FAR Clause 52.212-1 and as amended, the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offer's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. Offers are due by August 27, 2003, 2003 by 4:00 p.m. local time, at the USDA, Agricultural Research Service, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. The POC for this project is Lisa Botella (215) 233-6551.
 
Place of Performance
Address: USDA, ARS, NAA, FDWSRU, Bldg. 374, 1301 Ditto Ave, Ft. Detrick, MD
Zip Code: 21702
Country: United States
 
Record
SN00411095-W 20030827/030825213148 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.