Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2008 FBO #2490
SOLICITATION NOTICE

66 -- STEAM STERILIZER/AUTOCLAVE

Notice Date
9/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
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
08_219901
 
Response Due
9/24/2008
 
Archive Date
10/9/2008
 
Point of Contact
Joanne R Mann,, Phone: 612-336-3224
 
E-Mail Address
Joanne.Mann@usda.gov
 
Small Business Set-Aside
N/A
 
Description
i. This is a combined synopsis/solicitation for commercial supplies prepared in accordance with Federal Acquisition (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. This combined synopsis/solicitation will result in a firm fixed price commercial supplies contract. ii. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. The NAICS code is 423450. The small business size standard is 100 employees, or less. iii. This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Veterinary Services (VS), 643 Comanche Trail, Frankfort, KY. iv. The solicitation number for this effort is 08-219901 and this combined synopsis/solicitation is issued as a request for quotation (RFQ.) v. The 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) may be accessed on the Internet at http://farsite.hill.af.mil/ vi. REQUIREMENTS AND QUANTITIES: This requirement consists of one (1) line item: CLIN 01 - Quantity of one (1), steam sterilizer/autoclave that can provide, at a minimum, a 90 minute cycle at 120 degrees F. with 20 pounds of pressure. The unit must be able to accommodate, at a minimum, 18-22 cubic feet of bio-hazardous wastes in less than eight (8) hours. The floor space available for the unit measures 6 feet wide by 10 feet long by 9 feet high is in the shipping/receiving dock. Chamber Size: 24 inches by 36 inches by 60 inches. A single door is preferred. A vacamatic floor model is preferred to allow the steam to thoroughly penetrate the waste and to allow for ease of loading. Rolling carts/carriages are required for loading/unloading waste into and out of the autoclave due to the volume that is generated. Any additional parts or equipment which may be required, such as steam generator, piping, loading carts/carriages, etc. shall be included in the offerors quote. Offers shall also indicate the warranty period; and any service contracts which may be available. A new steam sterilizer/autoclave is preferred; however a refurbished unit will be given consideration. The contractor shall supply the quantity of line items listed above, and in accordance with the technical specifications outlined in this combined synopsis/solicitation. vii. In accordance with FAR 52.216-27, this request for quote may result in multiple contract awards and in any combination of line items. The Government reserves the right to award any combination of line items and may award multiple line items to the same offeror, and will make award decisions based on the most advantageous offer to the Government. viii. The offerors price must include shipping to the FOB destination address as shown above. ix. The provision at 52.212-1 Instructions to Offerors-commercial applies to this solicitation x. The provision 52.212-2 Evaluation-Commercial Items apples to this solicitation; Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. A trade off process will be used to evaluate quotes. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. The following factors shall be used to evaluate offers: Technical capability; Past performance, send list of references with quote; and price. Technical and past performance, when combined are approximately equal to price. 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 firms 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 references which are either current or recent customers. xi. The provisions 52.212-3 Offeror Representations and Certifications-Commercial Items applies to this solicitation. The contractor shall either complete the online Offeror Representations and Certifications at www.bpn.gov OR return a completed copy of the Offer Representations and Certifications with their quotation. A hard copy of the provision may be attained from http://www.arnet.gov/far xii. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. xiii. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I; 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; 52.2222-21 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; 52.22-37 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 ; 52.323-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR) xiv. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov xv. QUOTATIONS ARE DUE the United States Department of Agriculture, Minneapolis Contracting Officer, 100 North 6 th Street, Butler Square 5 th Floor, Minneapolis, Minnesota 55403 by 4:30 PM CST, SEPTEMBER 24, 2008. Quotes may be sent via e-mail to Joanne.Mann@aphis.usda.gov, by fax to 612 336 3550 or via mail to the above address. xvi. The point of contact for this synopsis solicitation is Joanne Mann who may be reached at Joanne.Mann@aphis.usda.gov, or by phone at 612 336 3224. xvii. A COMPLETE QUOTE SHALL CONSIST OF THE FOLLOWING: 1) Price for each line item, CLIN 001, which provides the price per unit. 2) Signature of the offeror on the page which lists the price. 3) A detailed narrative address how the autoclave meets the requirements/specifications outlined in this combined synopsis/solicitation. Quotes should be of sufficient detail to determine their adequacy. 4) References as requested above 5) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items OR confirmation that this has been completed online, by submitting just the first page of the ORCA registration. 6) Offers shall contain the company name, address, phone number, contact name, Tax I.D. number and DUNS number. 7) Offers may be submitted on company letterhead in lieu of the SF 1449. 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=f01f048cd1aac945713900569a71daeb&tab=core&_cview=1)
 
Place of Performance
Address: 643 COMANCHE TRAIL, FRANKFORT, Kentucky, 40601, United States
Zip Code: 40601
 
Record
SN01674469-W 20080920/080918221903-f01f048cd1aac945713900569a71daeb (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.