Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2009 FBO #2698
SOLICITATION NOTICE

99 -- Evidence Dryer Cabinets

Notice Date
4/14/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, Bureau of Indian Affairs, BIA - DAPM, BIA-Albuquerque Acquisition Office 1001 Indian School Road NW, Room 347 Albuquerque NM 87104
 
ZIP Code
87104
 
Solicitation Number
RABQ2090013
 
Response Due
4/16/2009
 
Archive Date
4/14/2010
 
Point of Contact
Stella Bellanger Contracting Officer 5055633130 ;<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, RABQ2080013, is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition 2005-23. The North American Industry classification (NAICS) code is 335224 and the business size maximum is $6.5 Million. The proposed contract is full and open.This office is requesting quotes on the following items: 0001 36" Dryer Unit The Quantity is 19 and the Unit is Each. Price$________0002 48" Dryer Unit. The Quantity is 2 and the Unit is Each Price$________0003 60" Dryer Unit. The Quantity is 1 and the Unit is Each Price$________0004 72" Dryer Unit. The Quantity is 9 and the Unit is Each. Price$________0005 96" Dryer Unit. The Quantity is 5 and the Unit is Each. Price$________An firm fixed price type contract shall be awarded for the dryers to be manufactured in accordance with the specifications and dimensions as stated in the Statement of Work (SOW). The period of performance (POP) for is from April 16, 2009 through August 30, 2009. The SOW is as follows: Statement of Work. Background: The Bureau of Indian Affairs, Office of Justice Services, Operations Division through an internal evaluation of law enforcement programs, has noted a safety issue regarding the handling of items saturated with blood and body fluids. Currently, our law enforcement agencies are handling items of biological evidence without the proper equipment; this has the potential for high liability to our agency by exposing our employees to biohazards. The proper handling of biological evidence is an issue that needs to be addressed immediately. More specifically, the drying of bloody clothing associated with crimes, which is necessary prior to lab evaluation and storage of that type of evidence. In addition, if saturated evidence is not dried properly it inhibits the growth of mold, in turn destroying evidentiary value. The current process of hanging these items out in the open air is primitive and exposes employees to putrid vapors as well as potentially hazardous blood and body fluids Scope of Work: The vendor will manufacture biological evidence drying cabinets to the specifications and dimensions to meet the needs of our agency. The vendor will deliver the units to specific agency locations throughout the United States. The locations will include, but not limited to: BIA Agency / Zip codeEvidence Dryer need:Billings District Office 5910760" dryer unitCrow Agency MT 59022Two (2) 96" dryer unitsWind River Agency 82514 Two (2) 36" dryer unitsNorthern Cheyenne Agency MT 59043 72" dryer unitBlackfeet Agency 59417 96" dryer unit72" dryer unitColumbia River Agency 98648 36" dryer unitOlympic Peninsula Agency WA 98520 36" dryer unitHoh River Agency WA 98331 36" dryer unitCrow Creek Agency SD 57339 36" dryer unitFort Totten Agency ND 58335 36" dryer unitLower Brule SD 57548 36" dryer unitSisseton CIU Agency SD 57262 36" dryer unitTurtle Mountain Agency ND 58316 36" dryer unitWinnebago Agency NB 68039 36" dryer unitYankton Agency SD 57380 36" dryer unitMichigan CIU Agency MI 49783 36" dryer unitNett Lake Agency MN 55772 36" dryer unitStanding Rock Agency ND 58538 36" dryer unitMuskogee Agency OK 74402 36" dryer unitAnadarko Agency OK 73005 36" dryer unitPawnee Agency OK 74601 36" dryer unitConcho Agency 73036 72" dryer unitMiami Agency OK 74355 36" dryer unitFort Apache CIU AZ 85941 72" dryer unitSan Carlos CIU AZ 85550 72" dryer unitColorado River CIU AZ 85344 72" dryer unitUintah and Ouray Agency UT 84026 72" dryer unitHopi Agency AZ 86034 72" dryer unitWestern Nevada Agency NV 89701 72" dryer unitSouthern Paiute Agency AZ 84770 48" dryer unitMescalero Agency NM 88340 96" dryer unitNorthern Pueblos Agency NM 87533 48" dryer unitSouthern Pueblos Agency NM 87113 96" dryer unitObjectives: The agency must provide the proper tools to insure the safety of our Officers and Special Agents in the performance of their duties. The purchase of evidence drying cabinets will minimize the exposure to blood and body fluids during this necessary step of evidence management. Requirements: The vendor must manufacture and deliver an evidence drying cabinet in a variety of sizes ranging from 36", 48", 60", 72" and 96". The cabinet must have the ability for the user to adjust airflow. A micro process controller to monitor, time, adjust and alert the user for all cabinet events and processes. Systems to ensure the filters are installed properly, an integrated waste pump, solid state gas detection for constant gas filtration monitoring, control panel to monitor the time drying cycle, filters and the control blower. The construction of the cabinet must be of one piece design to prevent leakage and of ? inch structural polypropylene thermally fused, must have lockable lexan front doors, collapsible/removable internal shelves with stainless steel hinges, built in drainage, stainless steel leveling feet/casters. The filtration system must include pre-filtration system, chemisorptive bonded gas phase carbon filtration system, a filtration design that does not require a safety back up filter or other type of post filter for the main carbon filter. 99.997% at.3 micron HEPA filtration system, 18-24 month lifespan of HEPA and carbon filters. Must ship fully assembled. Vendor must provide the necessary training for proper operation and installation must be provided with units ordered. Delivery: The vendor must deliver the manufactured evidence dryer units fully assembled to all locations within 90 days of the receipt of the full order. Please include your TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number when submitting your quote. The Offeror shall provide an houly rate for the base and four one year option periods to provide this service and respond to the Evaluation Factors delineated at the end of this synopsis. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given if full text. Upon request, the CO will make their full text available. The provisions at FAR 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-3 Offeror Representations of Certifications apply to this acquisition. Offerors must include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. If the offeror does not have a copy of this provision, you may obtain a copy at www.arnet.gov or contact the CO to receive a copy. Provision FAR 52.252-1 Solicitation Provisions Incorporated by reference.. Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions - Commercial Items (SPR 1998). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); FAR 52.219-4, FAR 52.222-3 Convict Labor, FAR 52.233-3 Protest after Award, FAR 222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.225-16, Sanctioned European Union Country Services (FEB 2000); FAR 52.232-36 Payment by Third Party, FAR 52.239-1 Privacy or Security Safeguards, FAR 52.214-64 Preference for Privately owned U.S. Flag Commercial Vessels, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Disabled Veterans of the Vietnam Era, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.242-15 Stop Work Order, FAR 52,242-17 Government Delay of Work, Department of the Interior Acquisition Regulation (DIAR) 1452.226-70 Indian Preference, DIAR 1452.226-71 Indian Preference Program, DIAR 1452.204-70 Release of Claims; Travel Costs Clause; FAR 52.217-8, Option to Extend Services (para 1, 15 days); FAR 52.212-2, Evaluation. The Evaluation Factors are in descending order of importance. All evaluation factors other than cost or price, when combined are significantly more important than cost or price. The Evaluation Factors are: 1) Technical Capability 1a: Technical Approach: Describe your technical approach to accomplish each of the objectives and/or tasks delineated in the Scope of Work. 1b. Past Experience: List contracts that are of comparable size, complexity and similar; and, provide references demonstrating previous experience for this service. 2) Price 3) Past Performance: Provide recent & relevant contracts for the same or similar items, contract numbers, points of contacts with telephone numbers and other relevant information. Award will be based on the Best Value to the Government, overall acceptable quote, as submitted by a responsible offeror & ability to provide the above requirements. Quotes will be submitted in writing and signed by an individual with the authority to bind their respective company; electronic submissions via fax are acceptable. The due date for receipt of quotes is Friday, April 17, 2009; 10:00am Local Time. You may mail your quote to BIA, 1001 Indian School Road NW, Albuquerque, NM 87104, or you can fax your quotes to (505) 563-3019.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5179ce9e7142fbb21cf7035f7c20f889&tab=core&_cview=1)
 
Record
SN01792521-W 20090416/090414221704-5179ce9e7142fbb21cf7035f7c20f889 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.