Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
SOLICITATION NOTICE

65 -- LABORATORY STEAM STERILIZER

Notice Date
5/7/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Southeast Regional Contracting Office, ATTN: MCAA SE BLDG 39706, 39706 40th Street, Fort Gordon, Georgia, 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W81K0015T0182
 
Archive Date
6/11/2015
 
Point of Contact
Valerie DeVeaux, Phone: 7067878438
 
E-Mail Address
valerie.j.deveaux.civ@mail.mil
(valerie.j.deveaux.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation W81K00-15-T-0182 for purchase request GFEBS 0010679730 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 Size standard is 500. This RFP is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. The requirement of this solicitation is for a Laboratory Steam Sterilizer at Eisenhower Army Medical Center, Fort Gordon, GA. One time purchase. Delivery 30 days after receipt of order. Quotes are due by 27 May 2015 at 12:00 pm Eastern Standard Time. Questions must be submitted via email not later than 15 May 2015 (no questions will be entertained after this date). Quotes and questions shall be submitted via email to Valerie.J.DeVeaux.civ@mail.mil and Carolyn.F.Lovett.civ@mail.mil. CLIN 0001 AMSCO LAB 250 W/INTERGRAT SMALL SCIENTIFIC LABRORATORY STEAM STERLIZER, 20X20X38" QTY 1, EQUIPMENT LOADING RACK & TWO SHELVES-20X20X38" STERILIZER FOR DOUBLE DOOR UNIT ONLY QTY 1, EQUIPMENT COMPRESSOR, AIR PORTABLE 115V 1 PH 60Hz QTY1 AMSCO LAB 250 W/INTERGRAT STEAM, DECON & BSL3 PACKAGE QTY: 1 EACH; UNIT PRICE: ___________ TOTAL AMOUNT: ____________ CLIN 0002 SERVICES (INCLUDES RIGGING) EQUIPMENT INSTALLATION-20 INCH LAB 250 ELECTRIC STERILIZER QTY 1 EA EQUIPMENT DEINSTALLATION-20 INCH ELECTRIC STERILIZER QTY 1 EA, EQUIPMENT DISPOSAL OF STERILIZER QTY 1, SITE PREPARATION QTY 1 SERVICES (INCLUDES RIGGING) QTY: 1 EACH; UNIT PRICE: ___________ TOTAL AMOUNT: ____________ CLIN 0003 TRADE-IN ALLOWANCE EQUIPMENT # TRADE 20" STERCENTUR: TRADE-IN 20" CENTURY STERILIZER QTY: 1 EACH; UNIT PRICE: ___________ TOTAL AMOUNT: ____________ CLIN 0004 SHIPPING & HANDLING ESTIMATE QTY: 1 EACH; UNIT PRICE: ___________ TOTAL AMOUNT: ____________ CLIN 0005 SERVICE MANUALS QTY: 2 EACH; UNIT PRICE: ___________ TOTAL AMOUNT: ____________ Total: _____________________ BSL3 LABORATORY STEAM STERILIZER SALIENT CHARACTERISTICS Laboratory Steam Sterilizer must have integrated steam sterilizer, decontamination and BSL 3 package. Sterilizer must have chamber size dimension of 20 x 20 x 38" Sterilizer must have double door with control panel on both sides Sterilizer must be cabinet style, recessed in one wall Sterilizer must have decontamination for BSL 3 laboratories with vacuum Sterilizer must have continuous cycle monitoring Sterilizer must have be programmed with an Effluent Decontamination Cycle (BSL3 laboratory waste) Sterilizer must have be electrical steam generated Sterilizer must be 120V, 1Ph; 240 V, 3 Ph (for vacuum pump and steam generator) Sterilizer should have bio seal on dirty side (recessed wall) Sterilizer must have backflow preventer Sterilizer must have loading rack and two shelves (20 x 20 x 38) Sterilizer must have compressor, air portable 115V 1Ph 60Hz Place of Performance: Eisenhower Army Medical Center Bldg. 300, East Hospital Road Fort Gordon, GA 30905-5000 UNITED STATES The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provision at 52.212-1, Instructions to Offeror - Commercial Items (FEB 2012). Addendum to 52.212-1: (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation. See provision 52.252-1 for locations where full text can be obtained. 52.212-2, Evaluation - Commercial Items (JAN 1999). ADDENDUM TO 52.212-2 (a) is hereby replaced with the following: 1. Evaluation Process. The Government will issue a single order to the responsible contractor whose proposal, conforming to the solicitation, is the Lowest Priced, Technically Acceptable (LPTA). Award is on an all or none basis. Technical acceptability and price. 1. Technical acceptability: Technical capability ratings reflect the Government's confidence in each vendor's item, as demonstrated in its submission, to meet the salient characteristics set forth in the solicitation. The Government will make an independent judgment of the acceptability. Explain how your company will meet the terms of the solicitation for the items as specified in the solicitation. Prospective contractors shall demonstrate that the items offered complies with the technical requirements described by submission of product literature, and written capability statement with their offer. This written capability statement must be submitted with offer and not exceed 10 pages. To receive consideration for award, a rating of no less than Acceptable must be achieved in technical acceptability. The following adjectival ratings will be used in evaluating each written technical capability proposal: Acceptable - To receive this rating, the vendor's items shall meet the salient characteristics set forth in the solicitation. Unacceptable - An unacceptable rating will be assessed on any vendor that presents items that demonstrate any of the following: 1. Failure to meet the salient characteristics set forth herein (see page 2). 1a. Failure to provide sufficient detail for the Government to determine whether the items satisfactorily meet the requirements of this solicitation. 2. Price. Price will be reviewed to determine fairness and reasonableness. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate proposals and award a contract without discussions. 3. 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. Potential contractors must be registered in the System Award management (SAM) to be eligible for award. The SAM internet web site is http://www.sam.gov. IAW 52.212-3 Offeror Representations and Certifications- Commercial Items. Offeror must complete annual representations and certifications on-line at http://orca.bpn.gov. Offers are due by 27 May 2015, 12:00 PM, EST. Submit offers via email to Valerie.J.DeVeaux.civ@mail.mil and Carolyn.F.Lovett.civ@mail.mil, facsimile (706) 787-5681 or mail. Contracting Office Address: Southern Region Contracting Office (SRCO) 39706 40th Street Fort Gordon, GA 30905 Point of Contact: Valerie DeVeaux, Contract Specialist, (706) 787-8438 The following stand alone discretionary FAR and DFARS provisions are necessary: 52.211-6 - Brand Name Or Equal (AUG 1999) 52.225-25 - Prohibition On Engaging In Sanctioned Activities Relating To Iran-Certification (DEC 2012) 52.252-1 - Solicitation Provisions Incorporated by Reference (FEB 1998). 52.252-5 - Authorized Deviations in Provisions (APR 1984), (b) DoD Far Supplement (48 CFR Chapter 2). 252.203-7005 - Representation Relating To Compensation Of Former DoD Officials (NOV 2011). 252.204-7011 - Alternative Line-Item Structure (SEP 2011) 52.212-4 -- Contract Terms and Conditions - Commercial Items, applies to this acquisition (JUN 2010) and Addendum to 52.212-4--(u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.209-6 -- Protecting the Government's Interest When Subcontracting with Contractors Debarred, suspended, or proposed for Debarment (AUG 2013). 52.222-50 -- Combat Trafficking in Persons (FEB 2009). 52.223-3 - Hazardous Material Identification And Material Safety Data (JAN 1997) 52.223-5 - Pollution Prevention and Right-To-Know Information (MAY 2011) 52.223-18 - Contractor Policy to Ban Text Messaging While Driving (AUG 2011). 52.225-13 - Restrictions on Certain Foreign Purchases (JUN 2008). 52.232-33 -- Payment by Electronic Funds Transfer -- Central Contractor Registration (OCT 2003). 52.232-39 - Unenforceability Of Unauthorized Obligations (JUN 2013) 52.232-40 - Providing Accelerated Payments To Small Business Subcontractors (DEC 2013) 52.233-3 - Protest After Award (AUG 1996). 52.233-4 - Applicable Law for Breach of Contract Claim (OCT 2004). 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials (SEP 2011). 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights (SEP 2013). 252.204-7003 - Control of Government Personnel Work Product (APR 1992). 252.225-7048 - Export Controlled Items (JUN 2013) 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (JUN 2012). 252.232-7010 - Levies on Contract Payments (DEC 2006). 52.219-28 - Post-Award Small Business Program Representation (JUL 2013). 52.252-2 - Clauses Incorporated by Reference (FEB 1998). 52.252-6 -- Authorized Deviations in Provisions (APR 1984). " DoD FAR Supplement (48 CFR Chapter 2)." 252.204-7008 - Export-Controlled Items (APR 2010). 252.204-7012 - Safeguarding Of Unclassified Controlled Technical Information (NOV 2013) 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2010) (DEVIATION). 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010). INVOICING INFORMATION: All prospective offeror must be registered in the Wide Area Work Flow (WAWF) System. For registration go to https://wawf.eb.mil/ and follow the registration instructions. The payment on invoices will be made quarterly invoices as a 2-in-1 invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil (reference clause 252.232-7003). Web Base Training is available at www.wawftraining.com and for more information go to www.dod.mil/dfas and click the e-commerce link.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W81K0015T0182/listing.html)
 
Place of Performance
Address: Eisenhower Army Medical Center, Bldg. 300, East Hospital Road, Fort Gordon, Georgia, 30905, United States
Zip Code: 30905
 
Record
SN03723723-W 20150509/150507235047-d9c9005c16485908b07b65afaef63566 (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  © 1994-2020, Loren Data Corp.