Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 18, 2015 FBO #4985
SOLICITATION NOTICE

65 -- Laboratory Lab Trucks and Portable Animal Caretaker Workstations - HU0001-15-Q-0412

Notice Date
7/16/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS), 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HU0001-15-Q-0412
 
Archive Date
8/31/2015
 
Point of Contact
Andrew E. Lee, Phone: 3012951914
 
E-Mail Address
andrew.lee@usuhs.edu
(andrew.lee@usuhs.edu)
 
Small Business Set-Aside
N/A
 
Description
HU0001-15-Q-0412 Provisions and Clauses (P&C) HU0001-15-Q-0412 Required Provisions (Required) HU0001-15-Q-0412 CLIN Structure (2 Sheets Both Required) HU0001-15-Q-0412 Request for Quotes (RFQ) * See the attachments for the complete detail General Overview: The Uniformed Services University of the Health Sciences (USU) is the Nation's federal health sciences university and is committed to excellence in military medicine and public health during peace and war. We provide the Nation with health professionals dedicated to career service in the Department of Defense and the United States Public Health Service and with scientists who serve the common good. We serve the uniformed services and the Nation as an outstanding academic health sciences center with a worldwide perspective for education, research, service, and consultation; we are unique in relating these activities to military medicine, disaster medicine, and military medical readiness. USU is located in Bethesda, MD on the grounds of the Naval Support Activity Bethesda. Additional information regarding USU can be found on our website: www.usuhs.mil. USU has a requirement for 13 laboratory bulk trucks and 10 custom portable animal caretaker workstations. This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. This is a request for quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular FAC 2005-83, effective July 2, 2015 and Defense Federal Acquisition Regulation Supplement (DFARS), effective June 26, 2015. This requirement is set-aside for small business concerns under North American Industry Classification System (NAICS) Code 332999 All Other Miscellaneous Fabricated Metal Product Manufacturing with a size standard of 750 employees. In order to be eligible for award, offerors must be registered on SAM.gov with completed Representations & Certifications (Reps & Certs). This requirement is subject to the non-manufacturer rule. Offerors responding to this requirement may offer items manufactured by small businesses. All offerors submitting a quote for this requirement manufactured by a company other than themselves must provide the full, official name of the manufacturer. The manufacturer's socio-economic status will be verified in SAM.gov. Offerors interested in responding to this requirement must provide a quote for 13 laboratory bulk trucks and/or 10 custom portable animal caretaker workstations that best meets the specifications listed below. A single firm-fixed price (FFP) purchase order (PO) will be issued. Split awards are possible. Offerors are encouraged to submit multiple quotes 13 laboratory bulk trucks and/or 10 custom portable animal caretaker workstations, which will be evaluated separately by the Government. This is a first-time purchase and we do not have any related previous purchase order information. Specifications: USU plans to purchase laboratory bulk trucks and custom portable animal caretaker workstations for storing and transporting animal cages for daily cage changing within the USU Central Animal Facility. We require these carts to improve operational efficiency and the effectiveness by facilitating the transport and storage of large volume of sterilized animal cages and supplies. We need the following bulk trucks and portable workstations: CLIN 0001: 13 bulk trucks 1a. Quantity: 13 bulk trucks 1b. Overall size: 24"W x 60"L x 70"H 1c. Inner dimension: 22-1/2"W x 57"L x 60-1/2"H 1d. Material: 304 stainless steel (SS) construction 1e. Enclosed on three sides by heavy-duty 16-gauge SS rods 1f. Brackets to accommodate one shelf (the shelf need not be included) 1g. Four 6" SS casters with phenolic (autoclavable) wheels, grease fittings, and zerks with lock brakes on the wheels CLIN 0002: 10 Custom Portable Animal Caretaker Workstations 2a. Quantity: 10 portable workstations 2b. Overall size: 20"W x 48"L x 36"H with wheels included 2c. Material: 304 stainless steel (SS) construction 2d. Height-adjustable table, 1" per hole with 4 holes at max with 4 inches in each leg to make the legs and table height-adjustable 2e. 6" round metal handle with 3 x 12" basket to hold a clipboard 2f. 2" thick legs 2g. Two arms to hold up the hinge table on the left side. Pullout knobs to lock the hinge table to swing up additional table work space and hold it in place while using the chart. A locking arm in place to make the add-on shelf stay in place. 2h. 24"W x 48"L piano hinge SS side table mounted on the left side. 2i. A bottom shelf for storage 2j. 12"W x 12"L x 4"H autoclavable drawer mounted on the right side 2k. Logos welded on the bottom shelf of each cart ("LAM-1", LAM-2", "LAM-3", "LAM-4", "LAM-5", "LAM-6", "LAM-7", "LAM-8", "LAM-9", and "LAM-10" | unique logo welded on each cart | logo plates must be produced by the vendor) 2l. 6" autoclavable wheels that are easy to turn with 4-locks wheel 2m. A PPE-glove box holder in the front of the cart to hold 3 glove boxes 2n. A surge protector that can be sided out 2o. A small trash can at the end of the cart rear cart opposite of the handle Autoclavable means the ability to withstand 250°C autoclave washes. Evaluation / Award Detail: The Government intends to issue a single firm-fixed priced (FFP) purchase order (PO) to the offeror representing the best value to the Government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The Government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the offeror quoting the highest technically rated item. The government reserves the right to award without discussions. Evaluation Factors (in order of importance): 1. Technical. Offerors must provide detailed product literature, which demonstrates the offerings of the quoted item. The product literature must demonstrate in what ways the quoted item meets the specification outlined above under Specifications. Information on training (related to the use of the quoted product) and other relevant information must be included in the quote submission. The Government reserves the right to utilize technical, e.g. trade magazines and websites, and customer reviews and/or references, as part of the technical evaluation. 2. Price. Offerors must include all applicable costs in the quote. The total quoted price including options will be the evaluated price. In addition to providing the product literature, offerors must also submit a copy of the completed CLIN Structure spreadsheet* in the quote package. Those offerors who fail to provide this copy in the quote package may be deemed nonresponsive. CLINs 0001 and 0002: 13 laboratory bulk trucks and 10 custom portable animal caretaker workstations* CLIN 0001: Desired Specifications for 13 bulk trucks Quoted Specification Reference Page No. in the Quote Package/Product Literature 1a. Quantity: 13 bulk trucks 1b. Overall size: 24"W x 60"L x 70"H 1c. Inner dimension: 22-1/2"W x 57"L x 60-1/2"H 1d. Material: 304 stainless steel (SS) construction 1e. Enclosed on three sides by heavy-duty 16-gauge SS rods 1f. Brackets to accommodate one shelf (the shelf need not be included) 1g. Four 6" SS casters with phenolic (autoclavable) wheels, grease fittings, and zerks with lock brakes on the wheels CLIN 0002: Desired Specifications for 10 Custom Portable Animal Caretaker Workstations Quoted Specification Reference Page No. in the Quote Package/Product Literature 2a. Quantity: 10 portable workstations 2b. Overall size: 20"W x 48"L x 36"H with wheels included 2c. Material: 304 stainless steel (SS) construction 2d. Height-adjustable table, 1" per hole with 4 holes at max with 4 inches in each leg to make the legs and table height-adjustable 2e. 6" round metal handle with 3 x 12" basket to hold a clipboard 2f. 2" thick legs 2g. Two arms to hold up the hinge table on the left side. Pullout knobs to lock the hinge table to swing up additional table work space and hold it in place while using the chart. A locking arm in place to make the add-on shelf stay in place. 2h. 24"W x 48"L piano hinge SS side table mounted on the left side. 2i. A bottom shelf for storage 2j. 12"W x 12"L x 4"H autoclavable drawer mounted on the right side 2k. Logos welded on the bottom shelf of each cart ("LAM-1", LAM-2", "LAM-3", "LAM-4", "LAM-5", "LAM-6", "LAM-7", "LAM-8", "LAM-9", and "LAM-10" | unique logo welded on each cart | logo plates must be produced by the vendor) 2l. 6" autoclavable wheels that are easy to turn with 4-locks wheel 2m. A PPE-glove box holder in the front of the cart to hold 3 glove boxes 2n. A surge protector that can be sided out 2o. A small trash can at the end of the cart rear cart opposite of the handle Refer to the attached CLIN Structure spreadsheet. Please note there are two sheets to be completed in the Excel file. All offers/quotes must be valid until September 30, 2015. The Federal Government prefers not to use third-party-payment merchants, e.g. PayPal, to exchange currencies. This is because these merchants can mask the actual merchant/vendor and impede the Government's effort to promote transparency. If these third-party-payment merchants must be used, offeror must include a compelling justification in the quote package. This will be considered as a part of the Price evaluation factor. See attached list for applicable provisions and clauses for this requirement. Offerors must also submit the following required provisions with their quote: a. Completed copy of provision 252.209-7992 b. Completed copy of provision 252.225-7035 Quoted items must be new. Quotes for refurbished equipment will not be considered. Offerors must also indicate in quote where item is manufactured. Items will be shipped to Bethesda, MD. Deadlines: Questions/clarifications regarding this solicitation must be submitted via email to andrew.lee@usuhs.edu by 2:00PM ET on July 22, 2015. Any question received after 2:00PM ET on July 22, 2015 will not be answered. Questions will not be answered over the phone or submitted by any other means. All questions will be answered in an amendment to the solicitation posted on or around July 23, 2015. Quote packages are due by 10:00PM ET on July 30, 2015. Quotes must be submitted via email to andrew.lee@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Quote packages should include a cover sheet that provides the following information: a. Official Company Name; b. Point-of-contact (PoC), including name, email address, and phone number; c. DUNS Number; and d. Statement that acknowledges the latest amendment number-only if an amendment had been issued for this RFQ.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b17e348ab257b003cd2e577040c71c6c)
 
Place of Performance
Address: 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN03799111-W 20150718/150716234826-b17e348ab257b003cd2e577040c71c6c (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.