Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2010 FBO #3198
SOLICITATION NOTICE

66 -- Two Autoclave Sterilizer (1) V-N Lab, (2) RWHC Lab - Cover Letter - RFQ

Notice Date
8/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area, Area Office, 600 East Mermaid Lane, Wyndmoor, Pennsylvania, 19038, United States
 
ZIP Code
19038
 
Solicitation Number
RFQ10-2328-01
 
Archive Date
9/20/2011
 
Point of Contact
Rebecca L. Coulter, Phone: 607-255-2448, Mrs. Melissa Lera, Phone: 215-233-6650
 
E-Mail Address
rebecca.coulter@ars.usda.gov, melissa.lera@ars.usda.gov
(rebecca.coulter@ars.usda.gov, melissa.lera@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ COVER LETTER The USDA, ARS, Robert W. Holley Center for Agriculture and Health in Ithaca, New York requires the purchase of two autoclaves. One (1) for the production of sterilized laboratory reagents in the V-N Lab. The second (2) autoclave will be used by researchers at the facility for the preparation of sterile reagents and supplies as well as treatment of contaminated material for disposal. The Contractor is required to furnish, deliver and install two 16 inches x 16 inches x 26 inches autoclaves with the below system requirements. Delivery is required by 120 - 150 days after the effective date of the purchase order. This is a solicitation for commercial items prepared in accordance with the format in Subpart 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 be issued. The Solicitation number is AG-2328-S-10-0001 is issued as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46. This procurement is Set Aside 100% for Small Business. The NAICS is 339113 with a size standard of 50 employees. Any documents related to this procurement will be available electronically at the Internet site http://www.fbo.gov. It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. SCOPE Of WORK - The USDA, Agricultural Research Service (ARS), requires the Contractor to provide all labor, equipment, materials, tools, assembly and supervision to remove existing equipment, furnish, deliver and installation of two 16 inches x 16 inches x 26 inches autoclaves to the USDA, ARS, NAA, Robert W. Holley Center in Ithaca, NY in accordance with the terms, conditions, and specifications contained in this document. The Government will use this equipment for the production of sterilized laboratory reagents and supplies as well as treatment of contaminated material for disposal. SCHEDULE OF ITEMS - ITEM NO. 01: Furnish, deliver and install one Steam Autoclave in accordance with the attached specification. QTY: 1; UNIT: EA; UNIT PRICE: $___; AMOUNT: $___. ITEM NO. 02: Furnish, deliver and install one Electric Generator Autoclave in accordance with the attached specification. QTY: 1; UNIT: EA; UNIT PRICE: $___; AMOUNT: $___. ITEM NO. 03: Disconnect of Existing Sterilizers, QTY: 2; UNIT: EA; UNIT PRICE: $___; AMOUNT: $___. ITEM NO. 04: Installation, QTY: 2; UNIT: EA; UNIT PRICE: $___; AMOUNT: $___. ITEM NO. 05: Removal of Existing Sterilizers, QTY: 2; UNIT: EA; UNIT PRICE: $___; AMOUNT: $___. ITEM NO. 06: Extended Warranty RWHC Autoclave,(Pending availability of funding)QTY: 1; UNIT: EA; UNIT PRICE: $___; AMOUNT: $___. ITEM NO. 07: Shipping, OTY: 1; UNIT: JB; AMOUNT: $___. Contractor must identify and shall include the freight cost in the price of the line item in accordance with either F.O.B. Destination, (Within Consignee's Premises) or F.O.B. Origin. Shipping will be evaluated based on FAR 52.247-45. htt://www.arnet.gov/far All equipment and components shall be fabricated with new materials in accordance with FAR 52.211-5. Used materials are unacceptable. ALL THIS FOR A LUMP SUM OF: $____. GENERAL SPECIFICATIONS - The USDA, ARS, requires the Contractor to provide all equipment and supplies, materials, delivery, labor, disconnect existing equipment, installation, removal of existing equipment, supervision, warranty costs, extended warranty and any discounted terms. Evaluation of Options will also apply in accordance with FAR 52.217-5. TECHNICAL SPECIFICATIONS - Autoclave number one (1) and autoclave number two (2): Compatibility with Cornell Campus Steam & Water to provide a 275 degree Fahrenheit and 40 psi pressure chamber dwell for sterilization cycles, nickel clad chamber corrosion resistant construction for the pressure chamber, 140 degree Fahrenheit maximum temperature for waste water discharge to drains, 110Volts of power, 1 Phase power, surge suppressor for controls, internal shelving system (bottom rack + 2 shelves) consisting of removal bottom shelf with two additional removal shelves and internal chamber shelf support brackets, programmable for customizable cycles or standard gravity and liquids cycles, manual door mechanism swing type (right hinged) with radial arm, additional post cycle vacuum for Quick Dry, chamber size 16 inches x16 inches x 26 inches, automatic jacket blowdown for liquid cycles, exterior cabinet for "Stand Alone" no recessed models, removal of old equipment. Warranty: One (1) Year warranty on complete sterilizer defective parts and labor, and fifteen (15) years on pressure vessel. Contractor shall provide 24 hour response to repair equipment. Autoclave number two (2) only; Steam Source; Standard SSR Generator- Integral electrically heated steam generator (ASME stamped and CSD-1 Compliant) with automatic water fill and low water cutoff protection, voltage 208, phase 3, extended service agreement (Option)- pending availability of funding. SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE - The following standards have been determined to be applicable to this contract: 1194.21 and 1194.25. YEAR 2000 COMPLIANCY CLAUSE - "Year 2000 Compliant," (a) Definition: as used in this clause, means that the information technology (IT) (hardware, software and firmware, including embedded systems or any other electro-mechanical or processor-based systems used in accordance with its associated documentation) accurately processes data and date-related data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations, to the extent that other information technology, used in combination with the information technology being acquired, properly exchanges date and date-related data with it. (b) Any information technology provided, operated and/or maintained under this contract is required to be Year 2000 compliant. To ensure this result, the Contractor shall provide documentation describing how the IT items or services demonstrate Year 2000 compliance, consisting of: standard product literature or test reports. (c) The Contractor warrants that any IT or service under this contract that involve the processing of date and date-related data are Year 2000 compliant. If the contract requires that specific listed products must perform as a system in accordance with the foregoing warranty, then the warranty shall apply to those listed products as a system. d) The remedies available under this warranty shall include repair or replacement, at no additional cost to the Government, of any provided items or service whose non-compliance is discovered and made known to the contractor in writing within 90 days after acceptance. In addition, all other terms and limitation of the Contractor's standard commercial warranty or warranties shall be available to the Government for the IT items or services acquired under this contract. Nothing in the warranty shall be construed to limit any rights or remedies the Government may otherwise have under this contract with respect to defects other than Year 2000 performance. CONTRACTOR'S BRAND NAME AND INFORMATION - Offeror's are required to identify the brand and type of equipment offered in the space below: ITEM DESCRIPTION:______; BRAND NAME:_____; MAKE/MODEL: ______. (Continue on a separate sheet.) The Contractor shall provide two sets of the descriptive literature even if literature has been submitted previously. Failure to submit this literature may render the offer non-responsive on the Technical evaluation criteria and ineligible for contract award. 52.214-21 DESCRIPTIVE LITERATURE - (a) "Descriptive literature," as used in this provision, means information furnished by a bidder, such as cuts, illustrations, drawings, and brochures, that shows a product's characteristics or construction or explains its operation. The term includes only that information required to evaluate the acceptability of the product and excludes other information for operating or maintaining the product. (b) Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product offered that are specified elsewhere in the solicitation and pertain to significant elements such as -- (1) Design; (2) Materials; (3) Components; (4) Performance characteristics; and (5) Methods of manufacture, assembly, construction, or operation. (c) Descriptive literature, required elsewhere in this solicitation, shall be -- (1) Identified to show the item(s) of the offer to which it applies; and (2) Received by the time specified in this solicitation. (d) If the bidder fails to submit descriptive literature on time, the Government will reject the bid, except that late descriptive literature sent by mail may be considered under the Late Submissions, Modifications, and Withdrawals of Bids provision of this solicitation. (e) If the descriptive literature fails to show that the product offered conforms to the requirements of the solicitation, the Government will reject the bid. GOVERNMENT FURNISHED PROPERTY - This equipment shall be able to accept existing facility connections from currently installed autoclaves currently being used. PACKING AND SHIPPING - The Contractor shall be responsible for shipping the equipment. The Contractor shall pack each item for shipment in a new container in such a manner that will ensure acceptance by common carrier and safe delivery at the destination. Containers and closures shall comply with the Interstate Commerce Regulation, Uniform Freight Classification Rules, or regulation of other carriers as applicable to the mode of transportation. The items to be furnished hereunder shall be labeled with the purchase order number and delivered, all transportation charges paid by the Contractor in accordance with F.O.B. Destination (Within Consignee's Premises)or F.O.B. Origin. Shipping will be evaluated based on FAR 52.247-45 http://www.arnet.gov/far. The Contractor shall be responsible for offloading the shipment at the destination address. DELIVERY INFORMATION - The Contractor shall furnish and deliver the equipment and documentation to USDA, ARS, Robert W. Holley Center, 538 Tower Road, Cornell University, Ithaca, NY 14853 Attn: Rebecca Coulter within one hundred twenty to one hundred fifty (120-150)days after the receipt of the purchase order. Delivery to the designated facility shall be between the hours of 8:00 a.m. to 2:30 p.m., Monday through Friday, excl. Federal holidays. This facility does not have a loading dock. The system will be moved in place by the contractor through double doors 63 inches Width x 83 inches Height and using the freight elevator which has a weight capacity of 2000 pounds. The Contractor shall provide advance notification of delivery. Such notice shall be provided in writing, not less than one (1) weeks prior to delivery. The Contractor shall provide at least 24 hours advance notice to Rebecca Coulter, 607-255-2448, prior to actual delivery. WARRANTY - The Contractor shall provide a one-year standard warranty on all parts and labor. The Contractor shall provide a copy of the warranty for each item with their offer. The warranty shall begin from the acceptance date by the Government. DOCUMENTATION - The Contractor shall provide two (2) copies each of the operations, repair, maintenance manuals, lubrication and service instructions, operating instructions and submit upon delivery of the equipment. All documentation shall identify the purchase order number on the label. Final payment shall not be made unless and until the equipment and documentation have been accepted by the Contracting Officer's Technical Representative (COTR) DESIGNATION OF CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR ) - The Contracting Officer shall designate the Technical Representative (TR) at the time of contract award. The TR is responsible for administering the performance of work under this purchase order. In no event, however, will any understanding, agreement, modification, change order, or other matter deviating from the terms of this purchase order be effective or binding upon the Government unless formalized by proper contractual documents executed by the Contracting Officer prior to completion of the purchase order. The Contracting Officer should be informed as soon as possible of any actions or inactions by the Contractor or the Government which will change the required delivery or completion times stated in the purchase order so that the contract may be modified accordingly. (This does not apply to individual task assignments which were issued by the TR; provided they do not affect the delivery schedule or performance period stated in the purchase order.) On all matters that pertain to the purchase order terms, the Contractor must communicate with the Contracting Officer. Whenever, in the opinion of the Contractor, the TR requests efforts outside the scope of the purchase order, the Contractor should so advise the TR. If the TR persists and there still exists a disagreement as to proper contractual coverage, the Contractor should notify the Contracting Officer immediately, preferably in writing if time permits. Proceeding with work without the proper contractual coverage could result in nonpayment or necessitate submittal of a purchase order claim. ADDENDA THE CLAUSE at 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS applies to this acquisition and is amended to include the following: 1. Item (a) Inspection and Acceptance is amended to include the following: AGAR 452.246-70 INSPECTION AND ACCEPTANCE (FEB 1988). (a)The Contracting Officer or the Technical Representative will inspect and accept the supplies to be provided under this contract. (b) Inspection and acceptance of the item shall be performed at the field site: USDA, ARS, NAA, ROBERT W. HOLLEY CENTER FOR AGRICULTURE AND HEALTH, Biological Integrated Pest Management Research Unit, Cornell University, Tower Road, Ithaca, NY 14853. 2. Item (g) Invoice is amended to include the following: INVOICES - (a) To constitute a proper invoice, the invoice must include at a minimum the following information: 1.Name of business concern and invoice date; 2.Contract number; 3. Description, price, and quantity of supplies and services actually delivered and packing slip(s); 4.Shipping and payment terms; 5. Name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. (b)The original invoice shall be submitted after delivery, installation and acceptance of the items. The Invoice shall be mailed to: USDA, ARS, NAA, Robert W. Holley Center 538 Tower Road, Ithaca, NY 14853 ATTN.: Rebecca Coulter; 3. Item (i) Payments are amended to include the following: USDA, ARS requires all Contractor's to be registered in the Central Contractor's Registration (CCR) database for payments to be made through the Electronic Funds Transfer (EFT) Method. Also see FAR Clause 52.212-4, Item (t). 4. Item (j) Risk of Loss shall be amended upon award in accordance with FAR CLAUSE 52.247-45 B.2. CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS includes the following: 52.203-6;; 52.219-6; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.223-9; 52.223-15; 52.225-1; 52.225-13; 52.232-33; 52.211-6;52-217.5; 52-242-35; 52-212.5; 52-212.31. ADDENDA TO FAR CLAUSE 52.212-5 includes the following: 1. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of these clauses may be accessed electronically at this address: http://www.arnet.gov/far/ and AGAR Clauses at http://www.usda.gov/procurement/policy/agar.html. 52.204-4 ; 52.211‑6; 52.214-34; 52.214-35; 52.223-11; 52.223-12; 52.232-18; 52.232-19; 52.225-8; 52.242-17; 52.247-32 and ENVIRONMENTALLY PREFERABLE PRODUCTS (EPP) - The procurement of EPP is established in EO 13423. Environmentally preferable products are products or services that have a lesser or reduced effect on human health and the environment when compared with competing products or services that serve the same purpose. This comparison may consider raw materials acquisition, production, manufacturing, packaging, distribution, reuse, operation, maintenance, or disposal of the products or services. Examples of EPP include cleaning products that are non-toxic, non-volatile, and biodegradable; paint with no or low volatile organic compounds; and 100 percent post-consumer paper that is not chemically de-inked and is process chlorine free. This program is managed by EPA which maintains a database of products and specifications defined by Federal, state, and local agencies, and other nations. The database can be found at www.epa.gov/epp. BIOBASED PRODUCTS - The procurement of biobased products is established in section 9002 of FSRIA and EO 13423. Biobased products are products determined by the Secretary of Agriculture to be commercial or industrial products (other than food or feed) that are composed in whole, or in significant part, of biological products or renewable domestic agricultural materials (including plant, animal, and marine materials) or forestry materials. Examples of USDA designated biobased products include mobile equipment hydraulic fluids, roof coatings, diesel fuel additives, penetrating lubricants, water tank coatings, and bedding, bed linens, and towels. USDA is responsible for implementing the BioPreferredSM procurement preference program. Information on these designated products, USDA's guidance, and related documentation can be found at USDA's web site at www.biopreferred.gov/. THE PROVIDISIONS AT 52.212-1 INSTRUCTIONS TO OFFERORS -- Commercial Items are included by reference and amended to include: 1. Item (b) Submission of Offers is amended to include the following: Submit your offer, acknowledgment of amendments (if any), the Schedule of Items (A.2), Contractor's Brand Name and Information (A.4); Descriptive Literature (A.5); Warranty (A.8); Extended Service Contract (A.9),Other Offeror's Information (D.2., item 3), the Addendum to FAR Clause 52.212-2 (D.4), the Certifications at FAR 52.212-3 (D.7) to Rebecca Coulter, Contracting Office, USDA, ARS, Robert W. Holley, 538 Tower Rd., Ithaca, NY 14853 OR BY FAX 607-255-2459. This information must be resubmitted if submitted previously. 2. Item (c) Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in its offer firm for 120 calendar days from the date specified for receipt of offers. 3. OTHER OFFEROR'S INFORMATION - A. Please complete the following: i. Our company [ ] does, [ ] does not accept a Government Visa Credit Card. ii. Our company [ ] does, [ ] does not accept a Government Purchase Order (PO). iii. Our company [ ] does, [ ] does not accept a Government Convenience Check. 52.215.5 FACSIMILE OFFER - (a) Definition. "Facsimile offers," as used in this provision, means a proposal, revision or modification of a offer, or withdrawal of a offer that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile offers as responses to this solicitation. Facsimile offers are subject to the same rules as paper proposals. These responses must arrive at the place and by the time, specified in the solicitation. (c) Facsimile offers that fail to furnish required representations or information or that reject any of the terms, conditions, and provisions of the solicitation may be excluded from consideration. (d) Facsimile offer must contain the required signatures. (e) The Government reserves the right to make award solely on the facsimile offer. However, if requested to do so by the Contracting Officer, the apparently successful offeror agrees to promptly submit the complete original signed offer. (f) Facsimile receiving data and compatibility characteristics are as follows: (1) Telephone number of receiving facsimile equipment:(607) 255-2459. Confirmation Telephone number: (607) 255-2448. (g) If the offeror chooses to transmit a facsimile offer, the Government will not be responsible for any failure attributable to the transmission or receipt of the facsimile offer including, but not limited to, the following: (1) Receipt of garbled or incomplete offer. (2) Availability or condition of the receiving facsimile equipment. (3) Incompatibility between the sending and receiving equipment. (4) Delay in transmission or receipt of offer. (5) Failure of the offeror to properly identify the offer. (6) Illegibility of offer. (7) Security of offer data. Clause 52.212-2 EVALUATION-COMMERCIAL ITEMS is included by reference and includes: (a) This procurement is solicitated as a Small Business set-aside. The Government intends to make an award based on "best value" (inclusive of all line items), price and the identified "technical factors" considered. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement; (ii) Price; (iii) Past performance (see FAR 15.304); Technical and past performance, when combined, are more important than price; although price may become the determining factor. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ADDENDA TO 52.212-2 EVALUATION-COMMERCIAL ITEMS - A. Award will be made to the offeror offering the "best value" to the Government, price and the identified "technical factors" considered. All of the technical factors combined are significantly more important than price, however, in the event that offers are considered essentially equal in terms of technical competence, price may become the determining factor in contract selection.Listed below are all the factors that will be considered: Technical capability, past performance and price. 1.TECHNICAL CAPABILITY OF THE FIRM. Technical capability will be based on product literature, technical features, catalog pricing sheets, warranty provisions, service maintenance agreements, 24 hour response repair service, capability of nickel clad chamber, radial swing type right hinged arm door and removal shelving. Each offeror is required to furnish information for each item, accessory or component. Documentation is to be furnished to show how the offered item is in compliance with the statement of work or how it meets/or exceeds each specification requirements in Section A.3. Documentation is required for extended warranties in accordance with Section A.9. Shipping will be evaluated based on FAR 52.247-45. http://www.arnet.gov/far/ Contractors must identify in their offer either FOB Origin or FOB Destination (Within Consignee's Premises) shipping. 2. PAST PERFORMANCE - Past performance history may be based on the Contracting Officer's knowledge of any previous history of this type of work, customer surveys or any other verifiable information available to the Contracting Officer. In order to be considered for a contract award, Contractors shall provide a list of three (3) contracts of a similar nature and complexity that were awarded within the past five (5) years or that is/are currently in force. PAST PERFORMANCE OF SUBCONTACTOR'S THAT WILL PERFORM MAJOR OR CRITICAL ASPECTS OF THIS WORK SHALL BE CONSIDERED. This information must be submitted with your offer. For each contract, list the following: 1. Name, address, and telephone number of the contracting organization, the Contractor's and Government Project Officers and Contracting Officers. 2. Contract number, type, and dollar value, quantity. 3. Date of contract and period of performance. 4. List any contract(s) terminated for convenience or default (partial or complete) within the past three (3) years. Include the contract number, name, address, and telephone number of the terminating officer. Past performance will only be checked on the technically acceptable, lowest price offer. 3. PRICE - Price includes all equipment and supplies, materials, delivery, labor, disconnect existing equipment, installation, removal of existing equipment, supervision, warranty costs, extended warranty and any discount terms. Evaluation of Options will also apply in accordance with FAR 52.217-5. AGAR 452.204-70 INQUIRIES - Inquiries and all correspondence concerning this solicitation should be submitted in writing and can be faxed to the Contracting Officer at (607) 255-2448. Offerors should contact only the Contracting Officer issuing the solicitation about any aspect of this requirement prior to award. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS are included by reference, but the contractor must submit these with their quotation. http://www.arnet.gov/far/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/NAAO/RFQ10-2328-01/listing.html)
 
Place of Performance
Address: USDA, ARS, Robert W. Holley Center, 538 Tower Rd., Ithaca, New York, 14853, United States
Zip Code: 14853
 
Record
SN02254035-W 20100827/100825235045-8c5629148baa7a76027bda665468aa65 (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.