Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2017 FBO #5706
MODIFICATION

66 -- Getinge Model 633LS Vacuum/Gravity, Microcomputer-Controlled Steam Sterilizer, or Equivalent

Notice Date
7/6/2017
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Agricultural Research Service - Western Business Service Center
 
ZIP Code
00000
 
Solicitation Number
AG-4431-S-17-0021
 
Archive Date
7/28/2017
 
Point of Contact
Shalunda S. Mix, Phone: 662-686-5346
 
E-Mail Address
shalunda.mix@ars.usda.gov
(shalunda.mix@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION: NOTE: The term ‘cycle' had been inadvertently used in the first bullet point of ‘items with noted capabilities required for procurement', when the term ‘phase' should have been used. Thus, the following revision of this bullet point should clarify the intended meaning: • Autoclave must have a dry phase option (phase in the sterilization cycle that follows the exhaust phase, in which heat is applied to allow condensate to vaporize), as well as a load/unload cart cycle, and vertical sliding door. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 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. The solicitation number is AG-4431-S-17-0021 and is issued as a request for quotation (RFQ). The NAICS code is 334516 Analytical Laboratory Instrument Manufacturing. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-95. The USDA, ARS, WBSC intends to procure an autoclave (Getinge Model 633LS vacuum/gravity, microcomputer-controlled steam sterilizer, or equivalent) for the Dale Bumpers National Rice Research Center in Stuttgart, AR. The autoclave will be used with general laboratory equipment including, but not limited to; glassware, stainless steel and certain autoclavable plastics, pipettes, tips, possibly liquids (growth media, water, solutions), and soil and plant material commonly utilized for procedures related to experimentation pertinent to rice research. The following item with noted capabilities is required for procurement: • Autoclave must have a dry heat cycle as well as a load/unload cart cycle, and vertical sliding door. • Must have vacuum/gravity, microcomputer-controlled steam sterilizer. • Must have at least nineteen selectable pre-programmed cycles; to include gravity, vacuum, liquid cycles, and a Vacuum Leak Test cycle. • Must have control system with choice of three or more operating displays. • Program settings must be protected with supervisor access control. • Must have printer that documents cycle information. • Must be equipped with tracks for Loading Car; a Prevac/Gravity Load Car (size 39'' or equivalent) of wire rack style with 3 shelf layers, and a Prevac/Gravity Transfer Carriage (size 39'' or equivalent). • Chamber size must be 26.5 x 26.5 x 39'' minimum dimensions, or equivalent. • Must have Enclosed Cabinet. • Single Power Door Generator (45KW) • Indicate trade-in discount on the quote, if any. • Existing onsite voltage service for boiler is 480 Volt, 3 phase; and control voltage for boiler is 120 Volt, single phase. • Existing on site voltage for autoclave is 120 Volt, single phase. • English language menu for cycle programming / standard operation Vendor to also guarantee the following services / considerations: • Remove existing autoclave • Install new autoclave • Replace old "designated" boiler • Install new designated boiler. • All installed equipment shall be in full working order, and available for immediate use. • Contractor is responsible for verifying location of any utility and is responsible for any damage caused to such utilities. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per item, discounts for trade-ins, total price and valid for at least 60 days after receipt of quote. 2) at least 3-5 references (Government references preferred but will accept commercial references). References shall be provided for the service proposed and if possible include the email address of the person to be contacted; and 3) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer and will be considered. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 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 applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, 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; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS. DELIVERY: FOB Destination. Deliver to USDA, ARS, Dale Bumpers National Rice Research Center, 2890 Hwy 130 East, Stuttgart, AR 72160. QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees. DELIVERY DUE DATE: The Government requires delivery on or before 30 ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. FAR 52.212-2, Evaluation-Commercial Item, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material and capabilities of the offerors equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by 12:00 p.m. central standard time, July 13, 2017. Quotations are to be addressed to Shalunda Mix, Contract Specialist, at shalunda.mix@ars.usda.gov or USDA, ARS, WBSC, P. O. Box 225, 141 Experiment Station Road, Stoneville, MS 38776-0225. Additional information may be obtained by contacting the Contracting Officer at (662)686-5346 or by email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4cd58b1ae5f0474ec464b394b2e441bf)
 
Place of Performance
Address: USDA, ARS, Dale Bumpers National Rice Research Center, 2890 Hwy 130 East, Stuttgart, Arkansas, 72160, United States
Zip Code: 72160
 
Record
SN04569963-W 20170708/170706235811-4cd58b1ae5f0474ec464b394b2e441bf (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.