Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2010 FBO #3115
SOLICITATION NOTICE

J -- Replace/Program Electrical Control System on Government Owned Girton Model 80-0 Cage and Rack Washer

Notice Date
6/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Health Resources and Services Administration, National Hansen's Disease Program, 1770 Physician Park Drive, Baton Rouge, Louisiana, 70816-1770, United States
 
ZIP Code
70816-1770
 
Solicitation Number
10-258-SOL-00021
 
Archive Date
7/15/2010
 
Point of Contact
Suzanne S Shumate, Phone: 225-756-3787
 
E-Mail Address
sshumate@hrsa.gov
(sshumate@hrsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: 10-258-SOL-00021 Response Date: June 30, 2010 DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-41. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 for 100% small business set-aside. The associated small business size standard is $7.0 Million. This is a Combined Synopsis/Solicitation to replace and program the electrical control system which controls all sequences and operations of the Government owned Girton Model 80-0 Cage and Rack Washer. The Government intends to award a Firm Fixed-Price Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. REQUIREMENTS: The National Hansen's Disease Programs (NHDP) Laboratory Research Branch requires the following: The National Hansen's Disease Programs requires the services of a contractor to replace the electrical control system which controls all sequences and operations of the Government owned Girton Model 80-0 Cage and Rack Washer. The equipment is 20+ years old and the equipment, as well are parts are no longer in production. The equipment has continuously been under a preventive maintenance contract. The Contractor shall provide all personnel, material, equipment and facility resources not otherwise provided by the Government to perform replacement of worn electrical control system with new microprocessor controller and programming of new controller to meet the specifications of customer. The Contractor shall have the knowledge and ability and resources, including ability to order, delivery and install new component necessary for the continued performance of the aforementioned equipment. The Contractor's technician(s) working on the equipment shall have at least 5 years experience working with Girton Model 80-0 Rack and Cage Washer equipment. KNOWN Defects: The electrical control system which operates door safety controls, all service valves and the total operational function of the carriage within the government owned Girton Model 80-0 Cage and Rack Washer is no longer working according to the original equipment manufacturers specifications. Minimum work to be accomplished: 1. Installation of new microprocessor control system which operates all door safety controls, all service valves, and the total operational function of the carriage within the washer. 2. Program new microprocessor control system to meet customer specific needs to include but not limited to programming wash cycle with detergent additive, rinse cycle with acid wash, temperature control of water for wash and rinse cycles, and timing wash and rinse cycles. New microprocessor control system is required to ensure that the equipment achieves a level of operation that is within its Original Equipment Manufacturer (OEM) specifications. If no OEM specifications are available, the performance level shall meet industry standards of the particular type of equipment. Award shall be made in the aggregate - all or none. Daily cleanup will be required. The contractor shall dispose of all excess materials, equipment, tools and rubbish. The contractor shall notify the project officer one week prior to arrival on site to begin work. The contractor shall begin work within 30 days of award. The performance schedule shall be 30 days from the negotiated notice to proceed date. The work will be performed at the National Hansen's Disease Programs, Laboratory Research Branch, LSU-SVM, Skip Bertman Drive, Baton Rouge LA 70803. The provisions of FAR Clause 52.212-2, Evaluation - Commercial Items are applicable to this acquisition. Award will be made to the party whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government may award this contract to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria to meet or exceed the requirement's: 1) Technical Capability - Compliance with the technical requirements/description of the item, 2) Delivery and 3) Price. Technical capability and delivery when combined, are significantly more important than price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Offerors shall describe their plan for performing the work described above, provide a list of personnel to perform the work along with their experience in performing the requirement. A breakdown of the price proposed sufficient to evaluate the reasonableness of the price proposed (include a breakdown of labor categories, labor rates, labor hours, parts, materials, supplies, transportation, etc.) QUESTIONS DEADLINE: All questions must be received by email (sshumate@hrsa.gov) before 4:00 pm (1600) CST on June 25, 2010. FAR provisions can be found on the following website: http://www.arnet.gov. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items; 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 including subparagraphs: 52.203-5, Covenant Against Contingent Fees (Apr 1984). 52.203-7, Anti-Kickback Procedures (Jul 1995). 52.216-24, Limitation of Government Liability (Apr 1984). 52.216-25, Contract Definitization (Oct 1997) 52.217-4, Evaluation of Options Exercised at Time of Contract Award (June 1988) 52.217-8, Option to Extend Services (Nov 1999) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 637(d)(4)(F)(i)). 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 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-1, Buy American Act--Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration. 52.233-2, Service of Protest (Sep 2006) 52.233-3, Protest after Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.243-1 Changes-Fixed Price Sources intending to provide quotes must provide detailed information indicating their ability to meet the Government's requirements. All quotes shall include price(s), shipping and handling costs; FOB point; a point of contact (name and telephone number); the offerors' DUN and Bradstreet Number (DUNs), the Taxpayer Identification Number (TIN), a statement from the offeror verifying that they are CCR Registered under NAICS code 811310; proposed delivery date; business size; and payment terms. The Offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. NOTE: The Offeror must be registered in the Government's Central Contractor Registry (CCR) System, which is available at www.ccr.gov, in order to receive an award. NHDP intends to make an award soon after the response date of this notice and all bids and modifications shall be submitted via email and be received by 3:00 PM (1500) CST on June 30, 2010to the attention of Suzanne Shumate, sshumate@hrsa.gov. Offerors shall ensure the RFQ number is visible in the header of the email. FAXED QUOTES SHALL NOT BE ACCEPTED. Contracting Office Address: National Hansen's Disease Programs 1770 Physicians Park Drive Baton Rouge LA 70816-3222 sshumate@hrsa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/114552d77326e12476bc6b52212374d0)
 
Place of Performance
Address: National Hansen's Disease Programs, Laboratory Research Branch, LSU-SVM, Skip Bertman Drive, Baton Rouge, Louisiana, 70803, United States
Zip Code: 70803
 
Record
SN02167211-W 20100605/100603234936-114552d77326e12476bc6b52212374d0 (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.