Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2005 FBO #1391
MODIFICATION

66 -- One (1) ea Sterilizer

Notice Date
7/27/2005
 
Notice Type
Modification
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
Reference-Number-APVSNVXX-0159-5
 
Response Due
8/9/2005
 
Point of Contact
Sheree Johnson, Purchasing Agent, Phone 612-336-3222, Fax 612-370-2136,
 
E-Mail Address
sheree.a.johnson@aphis.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to correct the Name and Address of agency shown in solicitation to The United States Department of Agriculture (USDA), Animal and Plant Health Inspections Service (APHIS) National Veterinary Services Laboratory (NSVL), 1800 Dayton Road, Ames, Iowa 50010 and to announce the availability of viewing the facility prior to submitting a quotation. Interested vendors should call Ms. Diana Brown @515-663-7573 to arrange a walk through. The time and date quotations are due remains 2:30 pm local time on 28 July 2005 and are not changed as a result of this amendment.***************************************************************************************************************************************************************The United States Department of Agriculture (USDA), Animal and Plant Health Inspections Service (APHIS), and Wildlife Services (WS), 1060 Route 16, Suite 103C, Barrigada Heights, GU 96921 has a requirement for one (1) ea #N-202038-DSA-EHR OR EQUAL; (20” X 20” X 38” internal Dimensions), double vertical sliding doors, BL3 Effluent Sterilizer; 316l Stainless steel Chamber. (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: quotations are being requested and a written solicitation will not be issued. (ii) The solicitation number is APVSNVXX-0159-5 and the solicitation is issued as a request for quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Agriculture Federal Acquisition Regulations supplement (AGARs) can be accessed on the Internet at http://www.arnet.gov/far and http://www.usda.gov/procurement/policy/agar.html. (iv) This solicitation is a small business set-aside. The associated North American Industry Classification System (NAICS) code is 334510, business size standard for this code is 500 emoloyees. (v) (vi) This requirement consists of 1 line item to purchase #N-202038-DSA-HER OR EQUAL; (20"X20"X38" INTERNAL DIMENSIONS), DOUBLE VERTICAL SLIDING DOORS BL3 EFFLUENT STERILIZER; 316L STAINLESS STEEL CHAMBER. Price is installed pricing. Sterilizer shall meet or exceed the following criteria: • Suitable for use in a BSL-3 laboratory application. • 20”x20”x38” chamber. • Polished mirror finish on all interior chamber and door surfaces. • Microprocessor controlled system with at least eight configurable sterilization cycles. • Easy to read alpha/numeric display. • Ink on paper printer. • Vacuum decontamination. • Vacuum, gravity, liquids and test cycles. • Fully jacketed stainless steel vessel. • Loading cart/transfer carriage. • Bio-seal on sterile side for BSL-3 level containment. • UL listed. • 30 kw electric steam generator with automatic blow-down. • Non-proprietary components with brass and copper piping. • Local (with in one hour drive) factory trained service and technical support. • F.o.b. job site. • Installation. • Deinstallation. • Credit for deinstalled unit. • Fifteen year warranty on pressure chamber. • One year parts and labor warranty. • Operator training. • Service technician training. • References to previous work. It is anticipated that a firm-fixed price contract will be awarded. The Government intends to issue a single solicitation and make a single award to one offeror. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. The solicitation and all subsequent notices and amendments will be posted on the Internet at: http://www.fedbizops.gov. (vii) Delivery and acceptance of line item 1 will be FOB Destination, Ames, IA 50010. Applicable FAR clauses are incorporated by reference: 52.232-25 Prompt Payment (10/03); 52.243-1 Changes-Fixed Price (08/87); (viii) 52.212-1 Instructions to Offerers – commercial Items (01/04); (ix) 52.212-2, Evaluation – Commercial Items (01/99); (x) 52.212-3 Offerers Representations and Certifications – Commercial Items (01/04) – the contractor shall return a completed copy of this provision with its quotation, a copy of the provision may be attained from http://www.arnet.gov/far; 52.212-4 Contract Terms and Conditions – Commercial Items (10/03); (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (03/04); (xiii) 52.204-6 Data Universal Numbering System (DUNS) Number; 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration (10/03); 52.211-6 Brand Name or Equal (08/99); 52.204-7 Central Contractor Registration (10/03) applies to this acquisition. The following text is added to Paragraph (a) of FAR 52.212-2: The following factors shall be used to evaluate offers: 1/3 Technically acceptable to meet the Government requirement; 1/3 Past Performance/Service Record and Parts Availability; 1/3 Low price. Referenced FAR clauses can be accessed for review on the Internet at: http://www.arnet.gov/far. The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.222-21 Prohibition of Segregated Facilities (02/99); 52.222-26 Equal Opportunity (04/02) (E.O. 11246); 52.225-13 Restrictions on Certain Foreign Purchases (12/03); 52.232-33 Payment Electronic Funds Transfer Central Contractor Registration (10/03) (31 U.S.C. 3332); 52.219-6 Notice of Total Small Business Set-Aside (06-03) (15 U.S.C. 644); 52.222-19 Child Labor – Cooperation with Authorities and Remedies (01-04) (E.O. 13126); 52.222-35 Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (12/01) (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (06/98) (29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (12/01) (38 U.S.C. 4212). (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) Number Note 1 applies to this acquisition. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION FOR CONSIDERATION. All offers must be signed. Offers must include tax payer federal identification number, DUNS number, and business size. Failure to provide this information will result in the vendor not being considered for award. Effective October 1, 2003, the Federal Acquisition Regulation (FAR), requires that contractors be registered in the Central Contractor Registration (CCR) System before they can be awarded contracts. Vendors may register with CCR online at www.ccr.gov or by calling 1-800-324-3414. (xvi) QUOTES ARE DUE BY: August 09, 2005 10:00 a.m. central daylight time (cdt). (xvii) Submit faxed quotations to Sheree Johnson, Purchasing section at fax number: 612-370-2136 with SIGNED ORIGINAL FORWARDED BY MAIL TO: USDA APHIS Purchasing, Attn: Sheree Johnson, Butler Square 5th floor, 100 North Sixth Street, Minneapolis, MN 55403. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (27-JUL-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 15-SEP-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/APHIS/Purchasing/Reference-Number-APVSNVXX-0159-5/listing.html)
 
Place of Performance
Address: 1800 Dayton Road Ames, IA
Zip Code: 50010
Country: USA
 
Record
SN00896885-F 20050917/050915213725 (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.