Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2011 FBO #3544
SOLICITATION NOTICE

N -- Removal and replacement of autoclave - Belimed components - SWR

Notice Date
8/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Agriculture, Agricultural Research Service, South Atlantic Area, Area Office, 950 College Station Rd., Athens, Georgia, 30605, United States
 
ZIP Code
30605
 
Solicitation Number
RFQ-014-4384-11
 
Archive Date
9/3/2011
 
Point of Contact
Elaine J Wood, Phone: (706) 546-3534
 
E-Mail Address
elaine.wood@ars.usda.gov
(elaine.wood@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Service Wage Rates Belimed components This is a combined synopsis/solicitation for commercial services 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; prices are being requested and a written solicitation will not be issued. Solicitation number RFQ-014-4384-11 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-53. The NAICS code applicable to this procurement is 238220 with a small business size standard of $14,000,000. This procurement is unrestricted. USDA ARS has a requirement for removal of an existing Primus autoclave to be replaced with a new, government furnished autoclave, Belimed model KHS5323 (see attachment for all components) per the following scope of work. Work to be done in collaboration with Belimed to assure autoclave warranty remains valid. Scope includes cost of labor and materials required to complete the following. The new equipment is scheduled to ship from Belimed to the government facility on or after 8/31/2011. CLIN 01 • Provide forklift to remove and replace the equipment (check load with Belimed). • Disconnect existing Primus autoclave and boiler and remove these units from building. • Remove Primus autoclave and boiler from site and dispose of properly. • The concrete blocking the floor drain under the existing Primus autoclave must be removed, the drain cleared, and the new autoclave plumbed to exhaust to this drain. • Cut and remove the ¾" copper drain lines from the existing autoclave and patch holes in quarantine wall. • Modify quarantine wall as needed (consulting with USDA Quarantine Officer) to install new Belimed autoclave bioseal. • Unpack new Belimed autoclave from shipping materials and install according to manufacturer's instructions in facility. • Connect existing water and steam supply lines to new Belimed autoclave. • Complete electrical connection to new autoclave and boiler. Price includes installing correct size breaker for autoclave. • Complete ceiling, wall, and/or floor repair and touch up paint following installation of new Belimed autoclave. Optional CLIN 02 • Disconnect existing water and steam lines, cut back to wall penetrations, cap, and leave remaining piping in place. (Piping currently runs through the quarantine area.) • Tap into existing chilled supply and return lines. Fit and install 1" C/S carbon steel pipe to the new Belimed LST 11-6-9HS2 autoclave from the chiller lines located in the mechanical room. • Replace the existing 1" line from the boiler to the autoclave. Replace piping with 1" schedule 40, 316 stainless steel piping and fittings welded application. NOTE: All new piping between the mechanical room and autoclave location to be run through the "Environmental Chamber Room" Room 117. • All new piping to be insulated in same manner as existing piping. All work to be completed during normal business hours, Monday through Friday 8:00 am to 4:30 pm, excluding federal holidays. Contractor' wishing to view the job location should contact Dr. Allen Dray at 954-475-6556 to schedule an appointment. A company's response to this solicitation should be submitted on company letterhead and include pricing for CLIN 01 and CLIN 02 as shown above. All quotations should state whether the company will accept government purchase cards (VISA) cards as payment. The quotation should include the statement specified in 52.212-3 below. Companies must be registered in the Central Contractor Registration database with NAICS code 238220 and have completed Online Representations and Certifications as discussed below in order to receive award. Contractor start date will be dependent on Belimed shipment. Contractor will be notified as soon as possible once the actual delivery date is obtained from Belimed. The provision at 52.212-1, Instruction to Offerors - Commercial, applies to this acquisition. NOTE: Since this is a combined synopsis/solicitation and no written solicitation will be issued, please disregard references to the SF 1449 in this provision; other instructions still apply. The Government will award a contract resulting from this solicitation to the responsible Offeror(s) whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. Offers will be evaluated on price and price related items. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. This can be via EFT to a financial institution or with purchase (VISA) card. The Federal Acquisition Regulation (subpart 4.11) requires that contractors be registered in the CCR database prior to being awarded a contract. Detailed information about CCR is available at http://www.ccr.gov/. The Federal Acquisition Regulation (subpart 4.12) now requires that prospective contractors complete electronic annual representations and certifications in conjunction with their required registration in the CCR Database. These annual representations and certifications are submitted via the Online Representations and Certifications Application (ORCA), a part of the Business Process Network (BPN) at http://orca.bpn.gov. Clause 52.212-3 Offeror Representations and Certifications-Commercial Items applies to this solicitation. Offers shall include a statement as follows on their offer: the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at http://orca.bpn.gov have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference, except for paragraphs __________. This solicitation incorporates the following FAR clauses, provisions and addendums: 52-212-1 Instructions to Offerors-Commercial Item; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. In paragraph B of 52.212-5, the following apply: 53.203-6 Alt 1, 52.219-4, 52.219-8, 52.219-28,52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-42,, 52.225-13, 52.225-33. In the event the vendor will accept payment via the Government Purchase Card (VISA), the vendor shall annotate on its offer that it will accept the purchase card, and clause 52.232-33 will be superseded by clause 52.232-36. Quotations are due by Friday, August 19, 2011, at 11:00 am DST at USDA Agricultural Research Service, 950 College Station Road, Athens, GA 30605-2720 (or P. O. Box 5677, Athens, GA 30604-5677). Please note the following on the outside of your envelope: RFQ-014-4384-11. Point of contact for this acquisition is Elaine Wood, Contracting Officer, (706) 546-3534, fax (706) 546-3444, email elaine.wood@ars.usda.gov. Faxed or email quotes are acceptable but it is the contractor's responsibility to call and verify receipt of the quotation by the contracting officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SAA-GA-A/RFQ-014-4384-11/listing.html)
 
Place of Performance
Address: USDA ARS IPRL, 3225 College Ave., Fort Lauderdale, Florida, 33314, United States
Zip Code: 33314
 
Record
SN02524782-W 20110808/110806233306-9ff31dde15564e0424b612d498927525 (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.