SOLICITATION NOTICE
65 -- Re-Manufactured Pre-vacuum Sterilizer
- Notice Date
- 3/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- CPODUS Environmental Protection Agency26 West Martin Luther King DriveMail Code: NWDCincinnatiOH45268USA
- ZIP Code
- 00000
- Solicitation Number
- SOL-CI-12-00038
- Response Due
- 4/4/2012
- Archive Date
- 5/4/2012
- Point of Contact
- Garry Plear
- E-Mail Address
-
plear.garry@epa.gov
(Knecht.Robert@epa.gov)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Environmental Protection Agency (EPA), Office of Research and Development (ORD), National Homeland Security Research Center located in Cincinnati, OH has a requirement for the purchase of a Re-manufactured Prevacuum Sterilizer. 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; quotations are being requested and a written solicitation will not be issued. Refer to Sol-CI-12-00038 when responding to this request. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 20-55. This acquisition is set-a-side for small business. The NAICS codes are 334516, the size standard for this code is 500 employees. All supplies shall be provided to the U.S. EPA National Homeland Security Research Center, located at 68 W Martin Luther King Dr, Cincinnati, OH 45268. The F.O.B. point shall be destination. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is applicable and the specific evaluation criteria are included in Attachment B Technical Evaluation Criteria. Offers shall provide descriptive technical literature in sufficient detail to demonstrate that the items offered meet the minimum requirements specified in Attachment A Specifications. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. This provision may be found on the Internet at the following site: http://www.acquisition.gov/far/. Clause FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under FAR 52.212-5 paragraph (b), the following additional clauses apply to this acquisition:52.204-10-Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010), 52.209-6-Protecting the Government?s interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarrment (Dec 2010), 52.219-6-Notice of Total Small Business Set Aside (Nov 2011), 52.219-28-Post-Award Small Business Program Rerepresentation (Apr 2009), 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Aug 2009), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.225-1, Buy American Act ? Supplies (Feb 2009), 52.232-33, Payment by Electronic Funds Transfer?Ce ntral Contractor Registration (Oct. 2003), & EPAAR 1552.211-79-Compliance With EPA Policies For Information Resources Management (I,II&III) (OCT 2000). ( These documents can be found at: http:www.epa.gov/docs/etsdop/.) Offerors shall submit 1 copy of their firm-fixed-price quote with descriptive literature, referencing, Sol-CI-12-00038, no later than, March 29, 2012 at 3:00 PM EST to Garry Plear as follows: via email at plear.garry@epa.gov or via fax at 513-487-2109. Quotations may be sent via regular mail to: U.S. EPA, ATTN: Garry Plear, Mail Code: NWD-CPOD, 26 West Martin Luther King Drive, Cincinnati, OH 45268, or via Express Mail/Hand Carry to: U.S. EPA, 4411 Montgomery Road, Suite 300, Norwood, OH 45212. Questions may be submitted in writing to Garry Plear at FAX number 513-487-2109 or via e-mail at plear.garry@epa.gov. Attachment A Required Items and Minimum Performance Specifications Sol-CI-12-00038 ITEM 1: Re Manufactured Prevacuum Sterilizer Equipment Description: A large sterilizer (at least 24 x 36 x 60 inch chamber) required for sterilization of large coupons and equipment. Minimum Specifications ? The following are the minimum specifications of the required Pre-vacuum Sterilizer: 24 by 36 by 60 inch chamber, sterilization cycle achieves at least 121 degrees C and 15 psi, prevacuum configuration, automated sterilization cycle times and settings and shutdown through key pad settings, cabinet enclosed, one hinged door (left hand hinge), equipment shall be approved by UL or suitable third party listing agency, sterilize using steam heat (EPA will provide house steam for the sterilizer), chamber certified by ASME code, pressure vessel warranteed for 5 years, has a new (not refurbished) loading card and transfer carriage for moving coupons, glassware etc, in and out of the chamber, include water shut off valve for water conservation, a parts and labor warranty of 1 year not including expendable parts used for preventive maintenance purposes. Attachment B Solicitation Description, Instructions, & Evaluation Criteria Sol-CI-12-00038 1. Solicitation Description and Instructions This is a competitive request for quotation for a Re-manufactured Prevacuum Sterilizer to be used by the U.S. Environmental Protection Agency, Office of Research and Development, National Homeland Security Research Center. Quotes shall be submitted electronically, by emailing quotes by attachment, preferably in PDF format, to plear.garry@epa.gov, by fax to (513)487-2109 with attention to Garry Plear, or by any other means reasonably calculated to reach the contracting office. Email is the preferred method of submission.Offered prices shall include a breakdown of price, by line item, and a total price of all line items combined.Offered price shall include all shipping and delivery fees based on FOB-Destination. Technical Evaluation Criteria The Government will award a purchase order on a best value basis resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:Technical acceptability of the item offered to meet the Government?s requirement, and Offers shall provide technical descriptions with sufficient detail to demonstrate that the items offered meet the minimum requirements in the Performance Specifications (Attachment A)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/SOL-CI-12-00038/listing.html)
- Record
- SN02696565-W 20120316/120314235238-2f7059c589e20597fe8914863a26cec1 (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 |