Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2006 FBO #1648
SOLICITATION NOTICE

66 -- Lab Animal Cage and Rack Washer

Notice Date
5/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network 22 Logistics Office;Building 149 MP;5901 E. 7th Street;Long Beach CA 90822
 
ZIP Code
90822
 
Solicitation Number
VA-600-06-RQ-0038MC
 
Response Due
6/9/2006
 
Archive Date
8/8/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with subparts in the Federal Acquisition regulation 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. THIS SOLICITATION IS A TOTAL SMALL BUSINESS SET-ASIDE. VA VISN 22 Network Business Center intends to negotiate a commercial item (FAR Part 12) contract to purchase, for Research Department, VA Greater Los Angeles Healthcare System, Sepulveda Ambulatory Care Center (SACC), Building 103 (existing pit location), 16111 Plummer Street, Sepulveda, CA 91343: Cage & Rack Washer, all stainless steel*, fully foam- insulated construction (no fiberglass or other moisture wicking materials), with additional features and options as follows: Compartment 46" wide X 85" high X92" long Automatic 8-Phase Treatment Cycle 6" Color Graphic Micro-Computer Control System with Strip Chart Printer Service Diagnostic Phone Modem Personnel Safety System with safety cables on both sides of the inside chamber, E-stop buttons on load and un-load ends, explosion relief doors to open without hardware from the inside of the unit Wash & Rinse Temperature Guarantee Stainless Steel Steam Coil Heating Oscillating Jet Spray System 10 hp Horizontal Treatment Pump Automatic Self Cleaning Screen Automatic Sump Water Level Control Agent Injection Ports with Electrical Contacts Double Door Pass Through Operation Illuminated Wash Compartment House Tap Water Temperature Booster Automatic Damper with stainless steel exhaust fan Stainless Steel Barrier Wall Flange-Recessed One Wall Service Access Panels Air-Compressor -- if required to operate the washer Bottle Washer System with 6-basket wash cart Non-re-circulated Final Rinse System for minimal cycle time Seismic Restraints provided and installed Integral Pan-Wash System to simultaneously clean debris pans within the chamber while washing cages on a cage wash rack Service Access Panels to close off utility area with doors A RODENT cycle time must be under 15 minutes with disinfection. Water Maximum water usage of 55 gallons of hot water per cycle is required * Cabinet, base and sheeting to be all Stainless Steel - no steel (outdoor installation). The new Washer must fit the current existing pit - the Equipment supplier is responsible for any cost for pit modifications required for their unit. No addition cost to the VA shall be accepted for any portion of the installation. SHIPPING/DELIVERY/UNLOADING & INSTALLATION PACKAGE (to be included in quoted price) Freight to job site Knock-down shipment with re-assembly by vendor Disassembly, removal and discarding of old Rack Washer Re-surfacing of Pit--clean, prep and coat with new epoxy Uncrating and Setting new Unit in Place Connection of Utilities with 10" Delivery and installation must be done on or before the end of June, 2006. Standard warranty. FOB destination. Offerors must hold prices firm in its offer for 30 calendar days from the date specified for receipt. Clauses & Provisions. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. Contract clauses and provisions cited in this solicitation may be accessed electronically at these addresses: http://www.arnet.gov/far/ and http://www.va.gov/oamm/acquisitions/ars/policyreg/vaar/vaar852.htm Incorporated herein by reference are the following Federal Acquisition Regulation (FAR) Clauses & Provisions: 52.204-9: Personal Identity Verification of Contractor Personnel (JAN 2006); 52.212-1: Instructions to Offerors - Commercial Items; 52.212-3: Offeror Representations and Certifications - Commercial Items (JAN 2006); 52.212-4: Contract Terms and Conditions - Commercial Items (SEP 2005); 52.212-5: Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (APR 2006) [(b)(1), (5)(i), (7), (9), (14), (15), (16), (17), (18), (19), (20), (21), (24)(i), (26), and (32)]; 52.215-5: Facsimile Proposals (OCT 1997) [562-826-8067]; 52.233-1: Disputes (JUL 2002); 52.233-2: Service of Protest (AUG 1996): [Network 22 Logistics Office, 5901 E. Seventh Street, B-149 (MP), Long Beach, CA 90822]; 52.233-4: Applicable Law for Breach; (OCT 2004); 52.243-1: Changes - Fixed Price (AUG 1987). ADDENDUM to FAR 52.212-1 Instructions to Offerors -Commercial Items - Sub-Part 13.5 Test Program: This procurement is being conducted under the Subpart 13.5 test program where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12, 13 or 15 of the FAR or some combination thereof. (End of Provision) Incorporated herein are the following VA Acquisition Regulation (VAAR) Clauses & Provisions: 852.211-70: Service Data Manual (NOV 1984). The contractor agrees to furnish two copies of a manual, handbook or brochure containing operating, installation, and maintenance instructions (including pictures or illustrations, schematics, and complete repair/test guides as necessary). Where applicable, it will include electrical data and connection diagrams for all utilities. The instructions shall also contain a complete list of all replaceable parts showing part number, name, and quantity required. (End of Clause) 852.211-71: Guarantee (NOV 1984). The contractor guarantees the equipment against defective material, workmanship and performance for a period of said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material which are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. (End of Clause) 852.211-72: Rejected Goods (NOV 1984). Rejected goods will be held subject to contractors order for not more than 15 days, after which the rejected merchandise will be returned to the contractor's address at his/her risk and expense. Expenses incident to the examination and testing of materials or supplies which have been rejected will be charged to the contractor's account. (End of Clause) 852.211-75: Technical Industry Standards (APR 1984). The supplies or equipment required by this invitation for bid or request for proposal must conform to the standards of Underwriters Laboratories. The successful bidder or offeror will be required to submit proof that the item(s) he/she furnishes conforms to this requirement. This proof may be in the form of a label or seal affixed to the equipment or supplies, warranting that they have been tested in accordance with and conform to the specified standards. The seal or label of any nationally recognized laboratory such as those listed by the National Fire Protection Association, Boston, Massachusetts, in the current edition of their publication "Research on Fire," is acceptable. Proof may also be furnished in the form of a certificate from one of these laboratories certifying that the item(s) furnished have been tested in accordance with and conform to the specified standards. (End of Provision) 852.270-4: Commercial Advertising (NOV 1984). The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) Instructions, Conditions and Notices to Offerors - Offeror shall provide (1) specifications for equipment offered; (2) a quotation for offered equipment, in the form of Unit Price and Extended Price for number of units specified in paragraph 2 above; and (3) all information in accordance with the format specified in FAR 52.212-1, "Instructions to Offerors - Commercial Items" paragraph "b", and FAR 52.212-3, "Offeror Representations and Certifications - Commercial Items" prior to the time specified in paragraph 5 below in order to be considered for award. Address offers to: Mo Clary, Contracting Officer (600/NBC/MP), Department of Veterans Affairs, 5901 East Seventh Street, Bldg. 149, Long Beach, CA 90822. Facsimile offers are accepted at (562) 826-8067. Quotations are due by 4:00 p.m. California local time on June 9, 2006. Award of a firm-fixed price contract shall be made to the responsive, responsible offeror based on capability to meet the qualitative and timeliness (delivery) standards specified herein, at price most advantageous to the Government. Payment shall be made by electronic funds transfer (EFT). For implementing EFT payments, please contact your financial institution for assistance in completion of the Payment Information Form - SF 3881 for submission to the VA Finance Center in Austin, Texas upon contract award. Contact Mo Clary at (562) 826-8061 regarding this solicitation.
 
Place of Performance
Address: VA Sepulveda Ambulatory Care Center;Building 103;16111 Plummer Street;Sepulveda, CA
Zip Code: 91343
Country: US
 
Record
SN01058982-W 20060601/060530220354 (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.