Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2011 FBO #3540
MODIFICATION

66 -- Autoclavable Isolation Units

Notice Date
8/2/2011
 
Notice Type
Modification/Amendment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Veterinary Services, 1800 Dayton Avenue, AMES, Iowa, 50010
 
ZIP Code
50010
 
Solicitation Number
AG-6197-S-11-0002
 
Archive Date
8/24/2011
 
Point of Contact
Denise L. Macdonald, Phone: 515-337-7099
 
E-Mail Address
Denise.L.Macdonald@aphis.usda.gov
(Denise.L.Macdonald@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price purchase order. (ii) Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is 100% set aside for small business. The NAICS code is 339113. The small business size standard is 500 employees, or less. (iii) This requirement is for the United States Department of Agriculture (USDA) Animal Plant Health Inspection Service (APHIS), Center for Veterinary Biologics (CVB) (iv) The reference number for this effort is AG-6197-S-11-0002 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). (v) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.arnet.gov/far/ (vi) REQUIREMENT AND QUANTITIES: This requirement consists of eight (8) autoclavable isolation units. Each unit has two (2) cubicles (size 36" x 36" x 36") made of a matched die mold of hi-tech thermoset plastic. Each cubicle is designed to be easily removed from the steel frame for sterilization. Each animal cubicle includes: 8" round inlet and outlet HEPA filters (99.99% @.3 microns), negative pressure exhaust blower, gravity feed automatic feeder and supply chute, gravity fed automatic watering cups, interior red heat lamp with temperature control, coated plastic false floor, removable high temperature waste collection pan, small chick "starter floor mesh", and removable clear polycarbonate escape shield with 12" dia. access opening. One interchangeable Polycarbonate door for each cubicle. All doors include: hinged waste pan access door with continuous stainless steel hinge, silicone gasket and slip-apart hinges for easy dismounting and remounting for autoclaving. All hardware is stainless steel and adjustable to compensate for wear. Casters are non-scuffing with locks, brakes, and zerk fittings. All controls are mounted in weather tight electrical outlet boxes. The water connection for each cubicle will include 24" long 3/4" OD hose with male 1/4" stainless steel quick-connect. One additional high temperature waste collection pans is included for each cubicle (4 total). Overall Size: 42" wide x 51" deep x 85" high. Total of 8 (2 cubicles each) are required. (vii) Deliverables and acceptance of deliverables will be FOB destination, at USDA, APHIS, CVB, PO Box 844, 1920 Dayton Avenue, Ames, IA 50010. (viii) PERIOD OF PERFORMANCE: The contractor shall provide a single delivery no later than 60 days ARO. The contractor shall provide management of all tasks assigned to them. (ix) PACKING AND MARKING: Each shipment shall include a packing slip attached to the outside of one box and enclosed in a protective plastic pouch and one packing slip in one of the shipment boxes. The packing slip shall identify the contract number and quantity shipped. (x) GOVERNMENT ROLES AND RESPONSIBILITIES: The USDA, APHIS, CVB, shall designate a representative(s) to coordinate all aspects of this contract. (xi) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (xii) The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2: (i) technical capability of the item offered to meet the Government requirement (ii) past performance; and (iii) price. Technical and past performance, when combined is equally important when compared to price. Offerors with no past performance will be rated neutral. A competitive firm-fixed price, requirements type contract award will be made to the responsible firm with the best value quote trading off expected value against probable costs. The product at a minimum must meet or exceed the technical specifications. Technical acceptability is on a pass-fail basis. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. In accordance with FAR 52.212-1 (b) (10) - regarding past performance, references are requested. Each offeror must submit three (3) references which are either current or recent customers. Please provide the name, address, phone number, fax and email for each reference. (xiii) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far. (xiv) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xv) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-26 Equal Opportunity; 52.222-21 Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-25 Affirmative Action Compliance; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-35 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act; 52.225-2 Buy American Certificate; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xvi) Quotations are due to the United States Department of Agriculture, National Centers for Animal Health, 1920 Dayton Avenue, Ames, IA 50010 by 02:00 PM CST, August 2, 2011. Faxed quotes are acceptable. (xvii) The assigned Contract Specialist is Ms. Denise Macdonald. Ms. Macdonald may be reached at Denise.L.Macdonald@aphis.usda.gov, or by fax at (515) 337-7247. (xviii) A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for eight (8) Autoclavable Isolation Units, 2) Signature of the offeror on the page that lists the price. 3) A detailed narrative addressing how the proposed autoclavable isolation units meet the requirements/specifications. Quotes should be of sufficient detail to determine their adequacy. 4) References as requested above in (xvii), provision 52.212-2. 5) Completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or confirmation that this has been completed on-line. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award. ncluded in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price purchase order. (ii) Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is 100% set aside for small business. The NAICS code is 339113. The small business size standard is 500 employees, or less. (iii) This requirement is for the United States Department of Agriculture (USDA) Animal Plant Health Inspection Service (APHIS), Center for Veterinary Biologics (CVB) (iv) The reference number for this effort is AG-6197-S-11-0002 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). (v) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.arnet.gov/far/ (vi) (vii) Deliverables and acceptance of deliverables will be FOB destination, at USDA, APHIS, CVB, PO Box 844, 1920 Dayton Avenue, Ames, IA 50010. (viii) PERIOD OF PERFORMANCE: The contractor shall provide a single delivery no later than 60 days ARO. The contractor shall provide management of all tasks assigned to them. (ix) PACKING AND MARKING: Each shipment shall include a packing slip attached to the outside of one box and enclosed in a protective plastic pouch and one packing slip in one of the shipment boxes. The packing slip shall identify the contract number and quantity shipped. (x) GOVERNMENT ROLES AND RESPONSIBILITIES: The USDA, APHIS, CVB, shall designate a representative(s) to coordinate all aspects of this contract. (xi) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (xii) The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2: (i) technical capability of the item offered to meet the Government requirement (ii) past performance; and (iii) price. Technical and past performance, when combined is equally important when compared to price. Offerors with no past performance will be rated neutral. A competitive firm-fixed price, requirements type contract award will be made to the responsible firm with the best value quote trading off expected value against probable costs. The product at a minimum must meet or exceed the technical specifications. Technical acceptability is on a pass-fail basis. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. In accordance with FAR 52.212-1 (b) (10) - regarding past performance, references are requested. Each offeror must submit three (3) references which are either current or recent customers. Please provide the name, address, phone number, fax and email for each reference. (xiii) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far. (xiv) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xv) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-26 Equal Opportunity; 52.222-21 Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-25 Affirmative Action Compliance; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-35 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act; 52.225-2 Buy American Certificate; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xvi) Quotations are due to the United States Department of Agriculture, National Centers for Animal Health, 1920 Dayton Avenue, Ames, IA 50010 by 02:00 PM CST, August 2, 2011. Faxed quotes are acceptable. (xvii) The assigned Contract Specialist is Ms. Denise Macdonald. Ms. Macdonald may be reached at Denise.L.Macdonald@aphis.usda.gov, or by fax at (515) 337-7247. (xviii) A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for eight (8) Autoclavable Isolation Units, 2) Signature of the offeror on the page that lists the price. 3) A detailed narrative addressing how the proposed autoclavable isolation units meet the requirements/specifications. Quotes should be of sufficient detail to determine their adequacy. 4) References as requested above in (xvii), provision 52.212-2. 5) Completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or confirmation that this has been completed on-line. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/NVSL/AG-6197-S-11-0002/listing.html)
 
Place of Performance
Address: 1920 Dayton Avenue, Ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN02519324-W 20110804/110802235923-d5aefa6202f4298e2788542e6d00103a (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.