Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SOLICITATION NOTICE

65 -- LAMINAR FLOW GLOVEBOX

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of Veterans Affairs;Special Services;1432 Sultan Drive;Suite C;Fort Detrick MD 21702
 
ZIP Code
21702
 
Solicitation Number
V5587-0615
 
Response Due
9/26/2007
 
Archive Date
11/25/2007
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. This solicitation RFQ-V5587-0615 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-19. No telephone requests will be accepted. Only written requests received directly from the requester are acceptable. If requesting by FAX, you may send your request to 301-619-6646, ATTN: Kimberly Hannan. The North American Industry Classification System (NAICS) number is 339111 and the business size standard is 500. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. Service disabled veterans and veteran owned small businesses are encouraged to submit offers The proposed contract listed here is 100% small business set aside. Line Item 0001- 6 Foot Laminar Flow Glovebox Isolator includes: Hydraulic assist height adjusting stand; stainless steel IV bar with 12 hooks; casters for stand - 2 locking; self supporting gas cylinder window lift; differential pressure gauge; pressure monitor/low flow audible alarm; 316 stainless steel sliding work trays; two-part sleeves and 4 anthropometrically correct gloveports with arm rests; double door airlock with timed HEPA filtration purge system; slide out stainless steel tray for airlock; electrical outlet in work area; pair discharge tubes with seals; airlock placement: both sides; sharps/waste placement: both sides. - MFR: Germfree - MFR P/N: GS-LFG16 or equal - 1 EA - UNIT PRICE _________________, TOTAL PRICE___________________. Line Item 0002- Electrical Height Adjustment (LFGI-A8E) - MFR P/N: GS-LFGIELE or equal - 1 EA - UNIT PRICE__________, TOTAL PRICE__________. Line Item 0003- Sealed Port in LFGI for passage of autocompounder data cables- MFR P/N: GS-LFI51D or equal - 1 EA - UNIT PRICE__________, TOTAL PRICE__________. Line Item 0004- Additional Two Door AirLock with timed HEPA purge; set of sharps and waste tubes (LFGI-A402C) - MFR P/N: GS-LFGI2AL or equal - 1 EA - UNIT PRICE__________, TOTAL PRICE__________. Line Item 0005- Additional Set of Sharps/ waste tubes (LFGI-A24) - MFR P/N: GS-LFGIA24 or equal - 1 EA - UNIT PRICE__________, TOTAL PRICE__________. Line Item 0006- Stainless Steel Garbage can for LFGI - MFR P/N: GS-LFGI83 or equal - 2 EA - UNIT PRICE__________, TOTAL PRICE__________. Line Item 0007- Lint Free Cleaning Mop heads (PKG 4) - MFR P/N: GS-LFGI85M or equal - 1 Pkg - UNIT PRICE__________, TOTAL PRICE__________. Line Item 0008- Stainless Steel Isolator cleaning handle 4" - MFR P/N: GS-LFGI85S or equal - 1 EA - UNIT PRICE__________, TOTAL PRICE__________. Line Item 0009- Ergonomic Task Chair Color: Bl, Teal, Navy - MFR P/N: GS-LFGI80X or equal - 1 EA - UNIT PRICE__________, TOTAL PRICE__________. Line Item 0010- Operator Training DVD for LFGI - MFR P/N: GS-LFGIDVD or equal - 1 EA - UNIT PRICE__________, TOTAL PRICE__________. Line Item 0011- Packing Fee for Overseas Shipment- MFR P/N: CRATE-FEE or equal - 1 EA - UNIT PRICE__________, TOTAL PRICE__________. Line Item 0012 - For Warranty- 1EA- Unit Price ________, Total Price ________ - Equal items require specification sheets, manufacturer, and part numbers. FOB destination delivery date of 27 October 2007 to 48th MDDSS/SGSL, UNIT 5210 BOX 230 APO AE SHIPPING WILL BE MADE TO DEFENSE DISTRIBUTION DEPOT SUSQUEHANNA SITE EAST, BLDG. 2001 (MISSION DRIVE), CCP DOORS 135-168, NEW CUMBERLAND, PA 17070-5000. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, the Government will award a contract resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technically acceptable; 2) Past Performance; and 3) Price. Technically acceptable is more important than past performance and price. Technically acceptable will be evaluated based on the function and operation of the item. To be technically acceptable the item shall meet the Government's specifications. Offerors shall submit descriptive literature, product samples, technical features, and warranty provisions. Past performance is considered more important than price. Past performance will be evaluated to ensure satisfactory business practices and timely performance. Price will be considered as the least important factor. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 5,16,17,18, 20, 22, 25, 27 and 33. The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. Offers are to be received at the Veterans Affairs Special Services (VASS), 1432 Sultan Drive, Suite C, Ft Detrick MD 21702, ATTN: Kimberly Hannan, no later than 4:00 P.M. eastern daylight time on 26 September 2007. Contact Kimberly Hannan, Purchasing Agent, at 301-619-7551 or FAX 301-619-6646. Laura Charles, Contracting Officer.
 
Place of Performance
Address: DEFENSE DISTRIBUTION DEPOT SUSQUEHANNA SITE EAST;BLDG. 2001 (MISSION DRIVE), CCP DOORS 135-168;NEW CUMBERLAND, PA 17070-5000
Zip Code: 17070-2000
Country: USA
 
Record
SN01398683-W 20070909/070907221137 (fbodaily.com)
 
Source
FedBizOpps 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.