SOLICITATION NOTICE
66 -- Autoclave - Attachments
- Notice Date
- 9/19/2019
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8601-19-Q-A162
- Point of Contact
- Amy M Rosier, Phone: 9375224540
- E-Mail Address
-
amy.rosier@us.af.mil
(amy.rosier@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 3 - Clauses Attachment 2 - Offeror Reps and Certs Attachment 1 - SOW Request for Quote This Request for Quote (RFQ) is expected to result in the award of a firm-fixed-price contract for one (1) pass-through autoclave for the safe removal of BSL-3 infectious waste. The Epidemiology Laboratory Services at the United States Air Force School of Aerospace Medicine (USAFSAM /PHE), Wright-Patterson AFB, Ohio 45433-5344, a s described under the requirements section of this RFQ and accompanying requirements attachments. This RFQ is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only combined synopsis/solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the responsible Offeror who submits a proposal that: 1. Conforms to the requirements of the combined synopsis/solicitation. 2. Receives a rating of "Acceptable" on the Technical Capability evaluation factor. 3. Contains the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. The associated North American Industrial Classification System (NAICS) code is 339113 with a small business size standard of 750 employees. This acquisition is set-aside 100% for Small Business Concerns. NAICS Code: 339113 - Surgical Appliance and Supplies Manufacturing Small Business Size Standard: 750 Employees The TEP consists of these Contract Line Items Number (CLIN), which should be structured as follows: CLIN 0001- AutoClave Acceptable means of Submission: 2 7 September 2019 3:00 P.M. EST. Send proposals to Amy Rosier at amy.rosier@us.af.mil. Submittal of proposals in response to this RFQ constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website http://farsite.hill.af.mil. The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the proposals received. •1.1. Delivery Schedule: Delivery shall occur within 90 calendar days after contract award Delivery Destination: United States School of Aerospace Medicine (USAFSAM/PHE) Attn: Donna Sebesky 2510 Fifth Street Wright Patterson AFB, OH 45433 Delivery Type: FOB Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination. Requirement: This is a one-time purchase where the vendor shall provide a BSL-3 pass through steam sterilizer/autoclave with the below requirement: •· Autoclave will meet Ohio Environmental Protection Agency (OEPA), Center for Disease Control/Biosafety in Microbiological and BioMedical Labs (CDC/BMBL), Department of Defense (DoD) and Wright Patterson Air Force Base (WPAFB) regulations. •· Operate at a minimum temperature of 121 o C at a minimum of 15 pounds PSI for a minimum of 60 minutes during a treatment cycle. •· Non-thermal printer, must print chamber temperature data point at maximum every two minutes. •· Autoclave shall have 208 volt, 60hz plug. Must use in place opening no bigger than 20" x 20" x 38" inches. •· Pass through design, must have sliding doors and operator panel on both sides (clean/dirty). •· Vendor will also provide/install water conditioner to treat water entering autoclave. •· Initial installation & training must be completed for 2 users. •· Installation must align with current facility repairs to minimize the number of times the lab will be shut down. Must have an 10 weeks alert when we need to take the BSL offline in order to ensure testing is complete and be able to rearrange testing at another facility. •· Contract will include all electrical and plumbing requirements for the BSL. •· Unscheduled downtime must be less than 2% per year. •· Reponses to downtime must be made within 8 hours and onsite maintenance performed within 24 hours. Delivery Schedule: Autoclave to be delivered and installed within 90 calendar days after contract award. The anticipated award is Firm-Fixed Price-LPTA (lowest price technically acceptable). The Government will award a contract resulting from this RFQ to the responsible Offeror whose offer conforms to the requirements outlined in Attachment 1 (SOW) and is most advantageous to the Government, price and other factors considered. Technical Capability and Price will be used to evaluate all offers. The proposals may be in any format but MUST include: 1. Proposing company's name, address, DUNS number, Cage Code, and TIN. 2. Point of contact's name, phone, and email. 3. Proposal number & date. 4. Timeframe that the proposal is valid. 5. Individual item price. 6. Total price (Net 30), No Progress Payments. 7. Shipping (FOB Destination). 9. Completed copy of representations and certifications (Attachment 5) Important Notice to Contractors: Proposals MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements outlined in the Statement of Work (Attachment 1). The Contracting Officer will review proposal based on the factors listed in this RFQ and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical specifications of this RFQ. Proposal Content: Proposals shall consist of two separate parts, a technical proposal and a price proposal. Proposal Detail: The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted. Limit proposal length to 40 pages. Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired. Technical Proposal: Describe how the offeror will provide for the full Autoclave requirement as described in the SOW. Attachments: •1. Statement of Work •2. Reps and Certs (FAR 52.212-3(b) Alt I, FAR 52.222-22 and FAR 52.222-25, FAR 52.209-11) •3. Provisions and Clauses Please direct all questions to Amy Rosier, amy.rosier@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8601-19-Q-A162/listing.html)
- Place of Performance
- Address: United States School of Aerospace Medicine (USAFSAM/PHE), 2510 Fifth Street, Wright Patterson AFB, OH 45433, WPAFB, Ohio, 45433, United States
- Zip Code: 45433
- Record
- SN05452050-W 20190921/190919231237-4bcedf146ca7b972d981f8145b85d7d0 (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 |