Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2008 FBO #2489
AWARD

42 -- SIX (6) BRAND NAME OR EQUAL TO RESPIRATOR FIT TESTERS

Notice Date
9/17/2008
 
Notice Type
Award Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403, United States
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-08-0123
 
Archive Date
9/18/2008
 
Point of Contact
Daniel M. Kline, Phone: 612-336-3235
 
E-Mail Address
daniel.m.kline@aphis.usda.gov
 
Small Business Set-Aside
N/A
 
Award Number
AG-6395-P-08-1664
 
Award Date
9/12/2008
 
Awardee
1ST AMERICAN MEDICAL DISTRIBUTORS
 
Award Amount
$51,139.43
 
Description
Combined Synopsis/Solicitation for Six (6) Respirator Fit Testers This is a combined synopsis/solicitation for commercial supplies prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation number for this effort is AG-6395-S-08-0123 and this combined synopsis/solicitation is issued as a Request for Quotation (RFQ). The Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, dated 6/12/2008. 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 Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/. This acquisition is a 100% set-aside for HubZone Small Business. The NAICS code for this requirement is 334515. The size standard is 500 employees or less. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. REQUIREMENTS AND QUANTITIES: USDA-APHIS intends to trade-in six (6) USDA owned TSI PortaCount Pro Universal Fit Tester Model No. 8028 and apply the trade-in value toward the purchase of six (6) new Respirator Fit Testers. Accordingly, the contract line item numbers and quantities and units of measure are as follows: CLIN 1 A.Six (6) TSI Model No. 8038/PortaCount Plus Respirator Fit Tester (Brand Name or Equal), Proposed Price Per Unit: $_________________________ ; B.Less trade-in of six (6) USDA owned TSI PortaCount Pro Universal Fit Tester Model No. 8028, Proposed trade-in value Per Unit: $________________________. C.Total Offer for CLIN 1:$_________________________. SALIENT CHARACTERISTICS OF TSI MODEL NO. 8038/PORTACOUNT PLUS RESPIRATOR FIT TESTER: Includes: Built-in N95-Companion™ technology, AC Adapter, Alcohol Cartridge, Alcohol Fill Capsule, Storage Cap, HEPA Filters, Operation & Service Manual, Alcohol Supplies, 3/16 & ¼ inch hose adapters, Two (2) spare Alcohol Wicks, carrying Case, One hundred (100) Probe Sets with Probe Insertion Tool, FitPro Life Test Software, Software Manual, 1 Gig USB Flash Memory Drive, USB Interface Cable, Stand-alone operation, OSHA-compliant for all respirators including N95, Measures fit factors greater than 10,000. SPECIFICATIONS: Fit Factor Range: 1 to greater than 10,000, 1 to 200 for N95 masks, Fit Factor Accuracy ±10% of reading, Respirator Face-pieces that can be Fit Tested: Full-face elastomeric, Half-face elastomeric, NIOSH series-100 filtering-face piece, NIOSH series-99 filtering-face piece, and NIOSH series-95 filtering-face piece, Fit Factor Measurement: Direct measurement of fit factor (Cout/Cin), Flow Rate: Sample 350 cm3/min/ Total 1000 cm3/min (nominal), Temperature Range: Operation 32 to 100°F (0 to 35°C) Storage -40 to 160°F (-40 to 70°C), Alcohol Hours Per Charge 6 hours at 70°F (21°C), Alcohol Type 99.5%+ reagent grade isopropyl, Pass/Fail Setting: User-selectable: 0 to 10,000, Factory Recalibration Interval: One (1) year, Warranty: Two (2) years on workmanship and materials. Delivery should be within 15 days after receipt of order. DELIVERY CLIN 1 must be delivered FOB Destination to the following address no later than 15 days after contract award: United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Marketing and Regulatory Programs, Business Services (MRP-BS), Employee Services Division (ESD), Safety, Health and Employee Wellness Branch, 4700 River Road, Unit 124, Room 2A02.49, Riverdale, MD 20737. The Offerors’ price must include shipping to the FOB destination. EVALUATION The Government will award a contract resulting from this solicitation to the responsible Offeror 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) Technical acceptability of item offered to meet Government requirement, (2) Past performance. Past performance is a measure of the degree to which an Offeror has satisfied customers in the past, and complied with federal, state, and local laws and regulations. The assessment will consider the firm’s record of conforming to specifications and to standards of good workmanship, customer service, and adherence to contract schedules, terms and conditions. In accordance with FAR 52.212-1 (b) (10) regarding past performance, references are requested. Each Offeror must submit three (3) references which are either current or recent customers. 3) Price Technical and past performance, when combined, are equal to price. FAR Clause 52.211-6 Brand Name or Equal, is applicable to this acquisition. To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must: (1) meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) clearly identify the item by brand name, if any, and make or model number; (3) include descriptive literature such as illustrations, drawings, and clearly describe any modifications the Offeror plans to make in a product to make it conform to the solicitation requirements, (4) mark any descriptive material to clearly show the modifications. The Contracting Officer will evaluate “equal” products on the basis of information furnished by the Offeror. “Equal” will be evaluated based on the information furnished by the Offeror. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If descriptive literature is not provided the Offeror, the offer will be determined to be nonresponsive. Unless the Offeror clearly indicates in its offer that the product being offered is an “equal” product, the Offeror shall provide the brand name product referenced in the solicitation. CONTRACT PROVISIONS The provision at FAR 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (x) The provision at FAR 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforms to this combined synopsis/solicitation and is determined to be the most advantageous to the Government, price and other evaluation factors considered. The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far. The clause at 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. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government (Alternate I), FAR Clause 52.211-6 (Brand Name or Equal) (Aug 1999), 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.222-3 Convict Labor; 52.222-19 Child Labor – Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act—Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR), 52.233-3 Protest After Award. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for each line item, CLIN 01 which provides the price per unit, price for trade-in, total price. 2) A list of three (3) References, 4) Signature of the offeror on the page which lists the price. 5) In accordance with the Brand Name or Equal clause; if furnishing an “Or Equal” product, the Offeror must provide descriptive literature, detailed specifications, warranty provisions, and other related documents of item being offered. “Or Equal” product will be evaluated based on the information furnished by the Offeror. If descriptive literature, detailed specifications, warranty provisions, and other related documents of “Or Equal” item being offered is not provided, the Offeror will be determined to be nonresponsive. 6) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or confirmation that this has been completed on-line. Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 05:00 PM CST, August 29, 2008. Quotes may be sent via e-mail to daniel.m.kline@aphis.usda.gov or by fax @ 612-336-3550, or by mail at referenced address. Any Quote received after the stated date and time will not be considered for evaluation purposes and no further consideration will be given to the Offerors’ quote, thereby making an Offeror ineligible for award. If an Offerors’ quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a1a278db2823d3d5c1f86097acfd43ae&tab=core&_cview=1)
 
Record
SN01673107-W 20080919/080917220602-333bd74717d74cd1b530bc412957a5d6 (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.