Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2007 FBO #2168
SOLICITATION NOTICE

66 -- VHP STERILIZER

Notice Date
11/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S608T0002
 
Response Due
11/19/2007
 
Archive Date
1/18/2008
 
Point of Contact
Dayna Parkin, 435-831-2589
 
E-Mail Address
Email your questions to ACA, Dugway Proving Ground
(dayna.parkin@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. NOTE: THIS REQUIREM ENT IS SUBJECT TO THE AVAILABILITY OF FUNDS IN ACCORDANCE WITH FAR 52.232-18. U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of: (a) CLIN 0001 one each (1 EA) Remanufactured sterilizer 24 by 36 by 48 Renaiss ance Vac HC includes new Eagle 3000 Stage 3 control and restored radial-arm hinged door with new cover. Pressure vessel is recertified per ASME Code and all parts are replaced. Unit is factory-tested to original equipment specifications. Pressure vessel is warranted for 5 years. Including Remanufactured Equipment, Amsco Renaissance Series Steam Sterilizer, 24 foot by 36 foot by 48 foot Chamber, Prevacuum, Double manual Doors, Front Door Hinged on Left; Back Door Hinged on Right, Recessed 2 Walls, Steam heat, Prevacuum sterilizer unit to include: an integral VHP M100 unit. Designed with pressure flow through process, water jacket cooling and bio-seal containment. Unit to include stainless steel side enclosure panels with service access, (Steris Part Num ber) RE432060115; (b) CLIN 0002 one each (1 EA) Renaissance Sterilizer Installation 24 by 36 by 48 foot Standard Installation pricing includes all the necessary labor (non-union) and materials required to uncrate, se-in-place, re-erect, and assemble new or relocated pieces of equipment. Installation also includes with its Installation Services the final hook-up of all the necessary utilities within 6 of the equipment, an operational check-out test, any necessary adjustments and a demonstration of the equip ment for appropriate facility personnel. Installation to include: Installation of renaissance sterilizer, Installation of VHP M100S and startup, (Steris Part Number) SE018332. (c) CLIN 0003 one each (1 EA) Atlas Loading Car & Transfer Carriage  24 by 36 by 48 feet, (Steris Part Number) AX014033085. (d) CLIN 0004 one each (1 EA) Atlas Carriage 24 by 36 by 48 feet Sterilizer; (Steris Part Number) AX014023083. This is a notice of intent to negotiate on a sole source basis with Steris Corporation, 5960 Hei sley RD, Mentor, OH, 44060-1834. Pursuant to 10 U.S.C. 2304 (c) (1) and Federal Acquisition Regulation 6.302-1, supplies, services and/or equipment are available from one responsible source and no other type of supplies, services and/or equipment will sat isfy agency requirements. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the governments requirements. The sol icitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-08-T-0002. All firms responding must be registered with the Central Contractor Registration (CCR). The Federal Supply Class (FSC) is 6640. The Standard Industrial C lassification (SIC) is 3842. North American Industrial Classification Standard NAICS is (334510). Size standard is 500 employees. The following provisions and/or clauses applies to this acquisition: FAR 52.212-1, Instructions to Offerors  Commercial Items; FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items, applies to this solicitation: FAR 52.212-4 Contract Terms and Conditions  Commercial Items. The clause at FAR 52.212-5; Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.203-3; FAR 52.203-6; FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222- 26; FAR 52.222-35 FAR 52.222-48; FAR 52.222-36; FAR 52.222-37; FAR 52.222-39; FAR 52.225-13; FAR 52.232-33 and FAR 52.232-18 Availability of Funds. The cl ause at DFARS 252.232-7000, Offeror Representations and Certifications  Commercial Items applies to this solicitation. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defens e Acquisitions of Commercial Items applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: DFARS 252.211-7003, DFARS 252.212-7000; DFARS 252.225-7012; DFARS 252.227-7015; DFARS 252.225-7014; DFARS 252. 225-7021; DFARS 252.225-7036, ALT. 1; DFARS 252.227-7037, DFARS 252.232-7003; DFARS 252.243-7002; and DFARS 252.247-7023. The following FAR clauses are incorporated by reference; FAR 52.204-7, Central Contractor Registration; FAR 52.247-34. FOB; Desti nation, (Accountable Property Officer, Building 5464, Dugway Proving Ground, Dugway Utah, 84022), and DFARS 252.204-7004 Alt A, Central Contractor Registration. The following local clauses apply to this solicitation: Foreign Visitors / Employees; Locatio n of U.S. Army Dugway Proving Ground; Normal Work Hours; Contractor Access to DPG; OSHA Standards; Identification of Contractor Employees; clause 5152.233-9000 Army Contracting Agency Executive Level Agency Protect Program and Legend of Acronyms and Brevit y Codes; clause 52.204-4000 Reporting of Contractor Manpower Data Elements. All quotes must be emailed to Mrs. Dayna Parkin at dayna.parkin@us.army.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns you may email Mr s. Dayna Parkin at dayna.parkin@us.army.mil. Quotes are due no later than 5:00 PM (prevailing local time at U.S. Army Dugway Proving Ground, Utah) Monday, 19 Nov 2007.
 
Place of Performance
Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
Country: US
 
Record
SN01444775-W 20071103/071101223748 (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.