Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOLICITATION NOTICE

66 -- Laboratory steam sterilizer for the William S. Middleton VA Hospital in Madison, WI

Notice Date
9/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;GLAC (69D);5000 W. National Ave;Milwaukee WI 53295-0005
 
ZIP Code
53295-0005
 
Solicitation Number
VA-69D-09-RQ-0621
 
Response Due
9/15/2009
 
Archive Date
10/15/2009
 
Point of Contact
William TanksleyContracting Specialist
 
E-Mail Address
Contracting Specialist
(william.tanksley@va.gov)
 
Small Business Set-Aside
N/A
 
Description
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, VA-69D-09-RQ-0621, is issued as a request for quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 effective September 10, 2009 and Veterans Affairs Acquisition Regulation Supplement (VAAR) current to December 2008. The North American Industry Classification System (NAICS) Code for this acquisition is 339113, Size Standard: 500 Employees. This procurement is unrestricted. Offeror's quotes are hereby being requested and shall be submitted on offeror's letterhead or bid form and shall contain the name, title, and signature of person authorized to submit quotes on behalf of the contractor. The following items are offered by Getinge USA, Inc. and are known to meet the VA's needs. Offeror shall provide the following Brand Name or Equal items: Description: (1) Main Unit (633LS), Catalog number 6BSVUPLTCAAA, QTY 1, Unit Price $___________; (2) 39" Load Car, Catalog number 61301607343, Qty 1, Unit Price $___________; (3) 39" Load Car Shelf, Catalog number 61301607344, Qty 1, Unit Price $__________; (4) 39" Transfer Carriage (fixed height), Catalog number 61301607341, Qty 1, Unit Price $ ___________; (5) 3.0B, Install and Remove, Catalog number 17447-IR-6LS Unit Price $ ___________; TOTAL PRICE $____________; Total Price shall include all delivery charges, installation, manuals, one-year warranty, and training. The salient characteristics for the system are as follows: (1) unit must be capable of performing laboratory, scientific, or general-purpose gravity or vacuum steam sterilization and decontamination of laboratory research and animal care supplies. (Typical applications include wrapped and unwrapped porous and non-porous hard goods, animal cages with bedding, textiles and linens, and liquids in self-venting or unsealed containers.) (2) Sterilizer must have selectable temperature range for liquid sterilization in self-vented and unsealed containers. The liquid exhaust must be controlled for a linear and consistent liquid cool down, and must be programmable within a specific range. (3) Sterilizer must have programmable cycles. (4) Operator interface panel should provide details of real time process information, cycle temperature and pressure. (5) Printer is required for cycle documentation. (6) Exterior dimensions are not to exceed 3' 3 " wide X 4'7" deep X 6'2" high due to space limitations. (7) Interior chamber dimension requirements: 26.5" high X 26.5" wide X 39" deep - chamber must be large enough to accommodate at least 6 wrapped stacks of cages, 3 containers of water bottles, or 3 trays of stoppers in one run. (8) Loading car, with interior track and transfer carriage needed for employee safety. (9) Utility Requirements: Cold Water & Medium Pressure Steam (house steam). Compressed air is not available to the location. (10) Sterilizer must be cabinet enclosed. (11) Sterilizer chamber and jacket should be constructed of stainless steel. (12) Single, vertical sliding door is required to allow safe and complete access to the chamber. (12) Minimum of one year warranty from start of warranty, including parts and labor (excluding expendable parts). (13) Installation includes one pre-walkthrough by installation team for site requirements review, uncrating/moving equipment from contiguous onsite location to point of installation, leveling and hanging equipment, assist with pulling cables from third party companies, removal of associated debris to customer provided receptacle and final operational checkout. Delivery shall be FOB DESTINATION to William S. Middleton VA Hospital, 2500 Overlook Terrace, Madison, WI 53705, ATTN: Wanda Stroyny. The Contractor is responsible for all freight charges. All part numbers are associated with Getinge USA, Inc. Vendors must quote the brand name or the equivalent of the brand name. All items offered must comply with FAR 52.211-6 Brand Name or Equal and must have the alike salient characteristics of the items stated above, to include technical documentation to support products being offered as equal items. If offering an equal product, offeror must complete the following: Manufacturer Name __________, Brand _________, Make or Model Number ___________. If offering an equal product, offer must include product literature, product samples (if requested), technical features, warranty provisions, and any training and or installation that will be required. The provision at 52.212-1, Instructions to Offeror--Commercial Items, applies to this solicitation. Award will be made to the offeror representing the best value to the Government. All quotes will be evaluated in accordance with technical capability, compliance with the solicitation requirements and price. The provision at 52.212-3, Offeror Representations and Certification--Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation. A copy of the provision may be attained from http://www.arnet.gov/far/current/html/52_212_213.html or completed at https://orca.bpn.gov/. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, is incorporated in this requirement, which will include: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553); (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub L. 108-77, 108-78); (3) 52.219-28, Post Award Small Business Program Representation; (4) 52.222-19, Child Labor Cooperation with Authorities and Remedies; (5) 52.222-21, Prohibition of Segregated Facilities; (6) 52.222-26, Equal Opportunity; (7) 52.222-50, Combating trafficking in Persons; (8) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (NOV 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L.108-77, 108-78, 108-286, 109-53 and 109-169); (9) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); and (10) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). The clauses may be accessed in full text at this address http://www.arnet.gov/far/. In addition, 52.247-34 F.O.B. Destination, 52.211-6 Brand Name or Equal, VAAR 852.211-73 Brand Name or Equal, VAAR 852.211-70 Service Data Manuals, VAAR 852.246-70 Guarantee, and VAAR 852.203-70 Commercial Advertising apply to this acquisition. The Offeror shall also provide its DUNS number and Tax Identification number. As of October 1, 2003, all Contractors, both large and small, are required to register in the Central Contractor Registration (CCR) database before an award. Contractors are responsible for the accuracy of information added to CCR. To register, go to http://www.ccr.gov/. Quotations are due on or before September 15, 2009, by 2:00 PM Central Standard Time to be considered responsive. The assigned Contracting Officer is William Tanksley. Offers can be mailed, faxed or emailed to the GLAC attn: William Tanksley, 5000 W. National Ave, Bldg 5, Milwaukee, WI 53295; fax: 414-902-5457; email: william.tanksley@va.gov. Quotes should be marked with the request for quote number VA-69D-09-RQ-0621. Oral quotes will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA-69D-09-RQ-0621/listing.html)
 
Record
SN01944762-W 20090910/090909083103-d4494af2f9911ca51d665407b105b45d (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.