Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2002 FBO #0250
SOLICITATION NOTICE

65 -- Glassware Washer and Components

Notice Date
8/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, MD, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
MDA905-02-M-0255
 
Response Due
8/30/2002
 
Point of Contact
Beverly Roberts, Contract Specialist, Phone 301-295-3868, Fax 301-295-1716, - David Denton, Contract Officer, Phone 301-295-3068, Fax 301-295-1716,
 
E-Mail Address
broberts@usuhs.mil, ddenton@usuhs.mil
 
Description
The Uniformed Services University of the Health Sciences (USUHS), 4301 Jones Bridge Road, A1040C, Bethesda, Maryland, 20814, the Department of Defense Medical School and Health Sciences University, intends to exercise an option under a Fixed Price Contract on a purchase from Steris Corporation, 5960 Heisley Road, Mentor, OH 44060, for two each Reliance 400 Laboratory Glassware Washers and the components. The two each Reliance 400 Laboratory Glassware Washers (Stainless Steel, cabinet enclosed washers provides two manifold connectors for simultaneous processing of various size laboratory glassware, Eagle 3000 Stage 3 Control, with 2-line display touch pads and thermal printer, provides for cycle setup, selection, monitoring and cycle alarms. Vertical, sliding door is constructed of tinted tempered glass), two each non-vented Vapor Condensors (FQ0600130000000000), two each drain discharge cool down and cold water prewashs (FQ0600150000000000), two each KM-8 Kits (FD40350000000000000), two each Universal Shelving Options, FD0000000001000000)and Freight. This notice is to advertise the intention on exercising an option for two each Reliance 400 Laboratory Glassware Washers (Stainless Steel, cabinet enclosed washer provides two manifold connectors for simultaneous processing of various size laboratory glassware, Eagle 3000 Stage 3 Control, with 2-line display touch pads and thermal printer, provides for cycle setup, selection, monitoring and cycle alarms. Vertical, sliding door is constructed of tinted tempered glass), two each non-vented Vapor Condensors (FQ0600130000000000), two each drain discharge cool down and cold water prewash (FQ0600150000000000), two each KM-8 Kits (FD40350000000000000), two each Universal Shelving Options, FD0000000001000000), Warranty, and Freight, Packing, and Insurance for two each. The systems shall be delivered to USUHS, Bethesda, MD 20814-4799, FOB: Origin within 90 days ARO. Delivery shall be made between the hours of 8:00 a.m. to 4:00 p.m., Monday through Friday, excl. Federal holidays, and shall be scheduled with the COTR named at the time of award. PACKING and SHIPPING: All items packed and shipped shall have the mailing label addressed as follows: USUHS (complete address) and the contract number (named at the time of award). DOCUMENTATION: Upon completion the contractor shall provide two (2) sets each of all equipment manuals for the equipment. Final payment shall not be made until such documentation is received and accepted by the Contracting Officer. WARRANTY: A standard commercial warranty shall be provided for the equipment. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. ) Submission of Offers should include the following: Submit your proposal, acknowledgment of amendments (if any), descriptive literature for the proposed equipment. Period for acceptance of offers is to include the following: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. The provision of FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following evaluation criteria are included in paragraph (a) of that provision. Addendum to FAR clause 52.212-2. Evaluation Factors for award: Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. Factors that will be considered are Technical capability and price. Failure to provide the information relative to each evaluation factor may render offer non-responsive. 1) TECHNICAL CAPABILITY: Evaluation of technical capability will be based on product literature, equipment specifications, technical features and/or warranty provisions. Each offeror is required to submit licensing (if applicable), descriptive literature, or other documentation, manufacturer or brand name and model of the item, and show how the offered product meets or exceeds the requirements as specified in the Specifications. 2) PRICE: Price includes all equipment, warranty costs, discount terms, and transportation costs. Evaluation is based on best value including cost and ability to meet stated requirements above. Offerors shall submit descriptive literature and drawings detailing features, technical capabilities and warranty data. Technical acceptability will be determined solely on the content and merit of the information submitted response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the quote as meeting technical acceptability. The full text of the clauses may be accessed electronically at this address: http://www.arnet.gov/far/. The following FAR clauses 52.211-6, Brand Name or Equal, 52.211.17 Delivery of Excess Quantities, 52.217-4, Evaluation of Options, Exercised at Time of Contract Award, 52.217-5, Evaluation of Options, 52.217-6 Option for Increased Quantity, 52.217-7, Option for Increased Quantity-Separately Priced Line Item, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action For Workers With Disabilities, 52.232-1 Payments, 52.232-11 Extras, 52.233-1, Disputes, 52.233-3 Protest After Award, 52.242-15 Stop-Work Order, 52.246-17, Warranty of Supplies of a Noncomplex Nature, 52.249-1 Termination for Convenience of the Government (Fixed Price) (Short Form), 52.253-1 Computer Generated Forms, 252-204-7004 Required Central Contractor Registration, 252.246-7000 Material Inspection and Receiving Report, 52.252-6 Authorized Deviations in Clauses (full text) are applicable to this order. Offer DUE date: August 30, 2002, at 4:30 PM EST, to Attn: Beverly Roberts, USUHS, 4301 Jones Bridge Road, A1040C, Bethesda, Maryland 20814. ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); remit to address if different; and business size. As of 31 May 1999 all Contractors must be registered in the Central Contractor Registration (CCR) Database as a condition for contract award. Contractors may register in the CCR through the World Wide Web at http://www/acq/osd.mil/ec or call the DOD Electronic Information Center at 1-800-334-3414.
 
Place of Performance
Address: USUHS, 4301 Jones Bridge Road, Bethesda, MD
Zip Code: 20814
Country: USA
 
Record
SN00135622-W 20020809/020808085541 (fbodaily.com)
 
Source
FedBizOpps.gov 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.