Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2008 FBO #2442
SOLICITATION NOTICE

75 -- Automated Petri Dish Filler

Notice Date
8/1/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, Environmental Protection Agency, Specialized Service Center/Cin. Proc. Operations Div., 26 West Martin Luther King Drive, Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
RFQ-OH-08-00113
 
Response Due
7/30/2008
 
Archive Date
8/30/2008
 
Point of Contact
Point of Contact, Ellen Bailey, Purchasing Agent, Phone (513) 487-2052
 
Small Business Set-Aside
N/A
 
Description
NAICS Code: 541512 RFQ-OH-06-00113 Requirement for Automatic Petri Dish Filler is Cancelled.This is a combined synopsis/request for quote for a 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 RFQ; quotes are being requested and a written RFQ will not be issued. This procurement is 100% set-aside for small business. The identifying number is RFQ-OH-06-00113. The RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-09. The NAICS code is 541512 and the size standard is 500 employees. A firm fixed price purchase order is anticipated to result from the award of this RFQ. The US EPA Biocontaminant Lab has a requirement for a Automatic Petri Dish Filler. The Biocontaminant Lab is actively collaborating with the NHSRC/DCMD projects: 3.26D,3.33; 3.36; and 4.3. The Biocontaminant Lab performs the analyses of the microbiological tests. Most of the analyses for the aforementioned projects require microbiological culture media poured into Petri dishes. In order to accomodate the require capacity for the media preparation for these projects, the Biocontminant Lab will need an automated Petri dish filler meeting the following specifications: * Automatic filling of standard disposable plates 100 X 15mm (90mm) and dispense measured amounts of sterile agar* Capability of filling at least 900 petri dishes/hour * Bench-top unit not to exceed the following dimensions: 100" w x 25" depth x 34"h* Capability of self-stacking plates (preferably 10 to 20 dishes/stack to minimized condensation on the lids)* UV light at the pouring area for high sterility * On-Site Installation and Training The Government will evaluate and make the award based "best overall value". Best overall value will be a combination of the responses to the specifications and price. Contractors must meet all specifications in order to be considered for award. The government anticipates award using simplified acquisition procedures of a contract resulting from this RFQ to the responsive/responsible offeror whose offer conforms to the RFQ and offers the best value. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this to this acquisition. The provision at 52.2 12-2, Evaluation-Commercial Items is applicable and the specific evaluation criteria are as follows: (I) Technical capability of the item offered to meet Government requirement and (ii) price. Offerors shall include a completed copy of theprovision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. This clause may be found on the Internet at the following site:http ://www.arnet.gov/far/. Clause 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under 52.2 15-5 paragraph (b), the following additional clauses apply to this acquisition: 52.2 19-6 Total Small Business Set-Aside; 52.222-26 Equal Opportunity; 52.222-35, Affirmative Action for handicapped Workers; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act-Supplies ; and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. All clauses may be found at http://farsite.hill.af.mil/VFFARA.HTM In addition these US EPA EPAAR Clauses are applicable to this synopsis/RFQ: 1552.211-79 Compliance with EPA Policies for Information Resources Management; and 1552.233-70 Notice of Filing Requirements for Agency Protests. These clauses may be found on the Internet at the following site:http://www.epa.gov/oam/ptod/epaar.pdf. Offerors shall submit 2 copies of their proposals no later than Jul 29, 2008 at 5:00 p.m. EDT to Ellen Bailey at: regular mail: U.S. EPA, Cincinnati Procurement Operations Division, 26 West Martin Luther King Drive, Cincinnati, OH 45268, or by Express Mail/Hand Carry: U.S. EPA, 4411 Montgomery, Road,Suite,300, Norwood, OH 45212. Faxed quotations are acceptable and may be sent to Ellen Bailey at (513)487-2107. Proposals may be sent electronically via e-mail to bailey.e11en@epa.gov. Questions may be directed to Ellen Bailey or via email at bailey.ellen@epa.gov but must be received by COB Jul 22, 2008. It is the responsibilty of offerors to frequently check FEDBIZOPPS for updates or changes. No hard copies will be available.This is a combined synopsis/request for quote for a 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 RFQ; quotes are being requested and a written RFQ will not be issued. This procurement is 100% set-aside for small business. The identifying number is RFQ-OH-06-00113. The RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-09. The NAICS code is 541512 and the size standard is 500 employees. A firm fixed price purchase order is anticipated to result from the award of this RFQ. The US EPA Biocontaminant Lab has a requirement for a Automatic Petri Dish Filler. The Biocontaminant Lab is actively collaborating with the NHSRC/DCMD projects: 3.26D,3.33; 3.36; and 4.3. The Biocontaminant Lab performs the analyses of the microbiological tests. Most of the analyses for the aforementioned projects require microbiological culture media poured into Petri dishes. In order to accomodate the require capacity for the media preparation for these projects, the Biocontminant Lab will need an automated Petri dish filler meeting the following specifications: * Automatic filling of standard disposable plates 100 X 15mm (90mm) and dispense measured amounts of sterile agar* Capability of filling at least 900 petri dishes/hour * Bench-top unit not to exceed the following dimensions: 100" w x 25" depth x 34"h* Capability of self-stacking plates (preferably 10 to 20 dishes/stack to minimized condensation on the lids)* UV light at the pouring area for high sterility * On-Site Installation and Training The Government will evaluate and make the award based "best overall value". Best overall value will be a combination of the responses to the specifications and price. Contractors must meet all specifications in order to be considered for award. The government anticipates award using simplified acquisition procedures of a contract resulting from this RFQ to the responsive/responsible offeror whose offer conforms to the RFQ and offers the best value. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this to this acquisition. The provision at 52.2 12-2, Evaluation-Commercial Items is applicable and the specific evaluation criteria are as follows: (I) Technical capability of the item offered to meet Government requirement and (ii) price. Offerors shall include a completed copy of theprovision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. This clause may be found on the Internet at the following site:http ://www.arnet.gov/far/. Clause 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under 52.2 15-5 paragraph (b), the following additional clauses apply to this acquisition: 52.2 19-6 Total Small Business Set-Aside; 52.222-26 Equal Opportunity; 52.222-35, Affirmative Action for handicapped Workers; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act-Supplies ; and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. All clauses may be found at http://farsite.hill.af.mil/VFFARA.HTM In addition these US EPA EPAAR Clauses are applicable to this synopsis/RFQ: 1552.211-79 Compliance with EPA Policies for Information Resources Management; and 1552.233-70 Notice of Filing Requirements for Agency Protests. These clauses may be found on the Internet at the following site:http://www.epa.gov/oam/ptod/epaar.pdf. Offerors shall submit 2 copies of their proposals no later than Jul 29, 2008 at 5:00 p.m. EDT to Ellen Bailey at: regular mail: U.S. EPA, Cincinnati Procurement Operations Division, 26 West Martin Luther King Drive, Cincinnati, OH 45268, or by Express Mail/Hand Carry: U.S. EPA, 4411 Montgomery, Road,Suite,300, Norwood, OH 45212. Faxed quotations are acceptable and may be sent to Ellen Bailey at (513)487-2107. Proposals may be sent electronically via e-mail to bailey.e11en@epa.gov. Questions may be directed to Ellen Bailey or via email at bailey.ellen@epa.gov but must be received by COB Jul 22, 2008. It is the responsibilty of offerors to frequently check FEDBIZOPPS for updates or changes. No hard copies will be available.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=14d5e6102f82d96eec2902aeba51c83a&tab=core&_cview=1)
 
Record
SN01629040-W 20080803/080801222009-14d5e6102f82d96eec2902aeba51c83a (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.