Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2011 FBO #3533
SOLICITATION NOTICE

66 -- 66-Sterilizer

Notice Date
7/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Health and Human Services, Health Resources and Services Administration, National Hansen's Disease Program, 1770 Physician Park Drive, Baton Rouge, Louisiana, 70816-1770, United States
 
ZIP Code
70816-1770
 
Solicitation Number
11-258-SOL-00028
 
Archive Date
8/27/2011
 
Point of Contact
Suzanne S Shumate, Phone: 225-756-3787
 
E-Mail Address
sshumate@hrsa.gov
(sshumate@hrsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-43. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 for 100% small business set-aside. The associated small business size standard is 500 employees. This is a Combined Synopsis/Solicitation to deliver and install an AMSCO 3053 Sterilizer (or equal) and remove the existing MDT Castle Sterilizer. The Government intends to award a Firm Fixed-Price Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. REQUIREMENTS: The National Hansen's Disease Programs (NHDP) Laboratory Research Branch requires the following: ITEM 1 - One (1) each - AMSCO 3053 Sterilizer (or equivalent) with the following minimum salient characteristics including delivery and installation and removal of MDT Castle Sterilizer The following minimum salient characteristics are required: - Gravity/prevacuum single door sterilizer (radial arm) - Pressure chamber dimensions of 26x36x60 - Control column with easy-to-read vacuum fluorescent display - Integral thermal printer to log sterilization cycles - Capable of sterilizing both liquids and heat-stable materials (e.g., fabric-wrapped goods, glassware at 250 and 270 degrees F (122 and 132 degrees C), respectively. - Plumbing to include connection to house steam, water and drain - Installation shall not exceed one week Remanufactured equipment will be considered. Any offer of remanufactured equipment shall be identified as such in the quote, along with information describing the offeror's remanufacturing process. The contractor shall notify the government's COTR one week prior to arrival on site to begin work. The contractor shall begin work within 30 days of award. DELIVERY LOCATION: NHDP-LSU Veterinary School, Animal Vivarium, Skip Bertman Drive, Baton Rouge LA There is no offloading equipment or dock at this site. Vendor must provide truck with lift gate and any other equipment needed to offload from truck. Quotes offering other than the specified brand name shall fully describe the products(s) they are offering as they relate to the specified salient characteristics, including the manufacturer name and parts numbers, so the government may evaluate acceptability in meeting the salient features/specifications of the government requirement. Evaluation Criteria: Award will be made to Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the follow evaluation criteria: 1) Technical Compatibility, 2) Delivery and 3) Price. The provisions of FAR Clause 52.212-2, Evaluation - Commercial Items are applicable to this acquisition. Award will be made to the party whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government may award this contract to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria to meet or exceed the requirement's: 1) Technical Capability - Compliance with the technical requirements/description of the item, 2) Delivery and 3) Price. Technical capability and delivery when combined, are significantly more important than price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Offerors shall describe their plan for performing the work described above, provide a list of personnel to perform the work along with their experience in performing the requirement. A breakdown of the price proposed sufficient to evaluate the reasonableness of the price proposed (include a breakdown of labor categories, labor rates, labor hours, parts, materials, supplies, transportation, etc.) QUESTIONS DEADLINE: All questions must be received by email (sshumate@hrsa.gov) before 2:00 pm (1400) CST on August 9, 2011. FAR provisions can be found on the following website: http://www.arnet.gov. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.203-5, Covenant Against Contingent Fees (Apr 1984). 52.203-7, Anti-Kickback Procedures (Jul 1995). 52.216-24, Limitation of Government Liability (Apr 1984). 52.216-25, Contract Definitization (Oct 1997) 52.217-4, Evaluation of Options Exercised at Time of Contract Award (June 1988) 52.217-8, Option to Extend Services (Nov 1999) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 637(d)(4)(F)(i)). 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-1, Buy American Act--Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration. 52.233-2, Service of Protest (Sep 2006) 52.233-3, Protest after Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.243-1 Changes-Fixed Price Sources intending to provide quotes must provide detailed information indicating their ability to meet the Government's requirements. All quotes shall include price(s), shipping and handling costs; FOB point; a point of contact (name and telephone number); the offerors' DUN and Bradstreet Number (DUNs), the Taxpayer Identification Number (TIN), a statement from the offeror verifying that they are CCR Registered under NAICS code 811310; proposed delivery date; business size; and payment terms. The Offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. NOTE: The Offeror must be registered in the Government's Central Contractor Registry (CCR) System, which is available at www.ccr.gov, in order to receive an award. NHDP intends to make an award soon after the response date of this notice and all bids and modifications shall be submitted via email and be received by 2:00 PM (1500) CST on August 12, 2011 to the attention of Suzanne Shumate, sshumate@hrsa.gov. Offerors shall ensure the RFQ number is visible in the header of the email. FAXED QUOTES WILL NOT BE ACCEPTED. Contracting Office Address: National Hansen's Disease Programs 1770 Physicians Park Drive Baton Rouge LA 70816-3222 sshumate@hrsa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ed941daf33dbdc562ed1ae46eb7ade9d)
 
Record
SN02510599-W 20110728/110726235110-ed941daf33dbdc562ed1ae46eb7ade9d (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.