|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 27,2000 PSA#2588Contracting Officer (Code 520) Naval Construction Battalion Center,
5200 CBD 2nd Street, Gulfport MS 39501-5001 39 -- TWIN-PATH SLINGS SOL N62604-00-Q-7501 DUE 052500 POC Bennie K.
Boren, 228-871-2574, Fax 228-871-2691 E-MAIL: Naval Construction
Battalion Center, bkboren@cbcgulf.navfac.navy.mil. This is a brand name
or equal 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. Solicitation #
N62604-99-Q-7502 is issued as a request for quotations (RFQ). This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-14 and Defense
Acquisition Circular 91-13. This acquisition is unrestricted. The
standard classification code is 3841, small business size standard is
500 employees. There are ten (10) contract line items consisting of
sterilization equipment for Naval Medical/Dental Clinic, Camp Schwab,
Okinawa. Successful contractor will be responsible for furnishing all
components and installing equipment on site in Okinawa. All equipment,
including piping/fittings required for installation, must be
compatible CLIN 0001 -- One (1) each Sterilizer, steam (autoclave),
double door, foot pedal activated, power operated sliding ; prevacuum
configuration, programmable, micro processor controlled with recorder,
minimum 12 cycle capacity, solid stainless steel chamber and door,
cross contamination seal, recessed installation through two walls,
stainless steel steam piping, 120 volt, 60 HZ, chamber dimension
20x20x38". Furnished with 2 SE Service/Operator's Manuals and 2 SE
Part's Manuals. Eagle Century Model FS24-310-00 or equal; CLIN 0002 One
(1) each Generator, steam, fully insulated carbon steel pressure
vessel, must be ASME rated. Steam output minimum 190 pounds per hour.
Steam produced to meet or exceed 97% vapor quality. Generator to have
the following features: automatic water level control, high water level
sensing system, auxiliary low water cutoff, automatic steam pressure
controls, manual or automatic flushing system. Electrical: 60 KW, 208V,
60 HZ, 3 PH. Unit must meet seismic safety considerations for Okinawa.
Furnished with 2 SE Service/Operator's Manuals and 2 SE Part's
Manuals. Eagle Century Model CH07-821-00 or equal; CLIN 0003 One (1)
each Auto flush drain kit, Steris P/N 760265-950 or equal: CLIN 0004
One (1) each Installation package for steam generator, Steris P/N
764317-032 or equal; CLIN 0005 -- One (1) each Utensil
Washer/Sanitizer, for use in hospitals. Unit washes, rinses, and
sanitizes . Unit must mount under standard height countertop. Water is
electrically heated 208V/60 HZ/3 PH. Unit must be stainless steel
construction (both interior and exterior), furnished with utensil rack,
minimum 15 minute thermal rinse, and have automatic controls. Furnished
with 2 SE Service/Operator's Manuals and 2 SE Parts Manuals. Reliance
Series 310 Utensil Washer or equal; CLIN 0006 One (1) lot Loading Cart,
Transfer Carriage, and Track Assembly. Loading cart is to be stainless
steel construction, furnished with two shelves, and guard rails. The
cart must fit in sterilizer chamber 20" x 20" x 38". The transfer
carriage should be sized to accommodate the loading cart, adjusts in
height to align with tracks in sterilizer, furnished with four swivel
casters. Track Assembly to fit sterilizer chamber 20" x 20" x 38",
includes extra 1" NPT port, extra port plugs into the chamber to allow
service or testing, Steris P/N FV02-200-4 or equal; CLIN 0007 One (1)
lot Installation package with steam separator, required to connect
sterilizer to steam line from the steam generator, Steris P/N
760265-879 or equal; CLIN 0008 One (1) lot Installation hardware
required to connect the sterilizer to the building's electrical and
plumbing, Steris P/N 760265-826 or equal; CLIN 0009 One (1) job
TRAINING, Operator/maintenance training to be performed on site for
maximum 15 operators and dental equipment repairman; CLIN 0010 One (1)
job INSTALLATION: Service to install the above equipment at Naval
Medical/Dental Clinic, Camp Schwab, Okinawa. Contractor to be
responsible for air fare, car rental, meals, and lodging while on site.
Delivery of CLIN's 0001-0008 will be required within 60 days after
award of contract. The shipping terms will be F.O.B. Destination,
Receiving Officer, Warehouse #320, Naval Construction Battalion Center,
Gulfport, MS 39501-5001 with inspection and acceptance at destination.
(NCBC Gulfport will be responsible for shipping materials to Okinawa).
An offeror must quote on all items in this solicitation to be eligible
for award. Solicitation provision at FAR 52.212-1, Instructions to
Offerors-Commercial Items (Jun 1997) is hereby incorporated by
reference. FAR Clause 52.212-4, Contract Terms and
Conditions-Commercial Items (May 1997) is hereby incorporated by
reference. FAR Clause 52.212-5, Contract Terms and Conditions Required
to Implement Statutes or Executive Orders-Commercial Items, is hereby
incorporated by reference. The following paragraphs apply to this
solicitation and any resultant contract (b)(6) 52.222-26, (b)(7)
52.222-35, (b)(8) 52.222-36, (b)(9) 52.222-37, (b)(17) 52.247-64. DFARS
Clause 252.212-7001, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders Applicable to Defense
Acquisitions of Commercial Items, is hereby incorporated by reference,
with additional DFAR clauses included in this solicitation and any
resultant contract, as follows: (b)(7) 252.219-7006, (b)(8)
252.225-7001, (b)(17) 252.225-7036. Additional Contract Terms and
Conditions applicable to this procurement are: Type of contract: A firm
fixed-price contract will be awarded using Simplified Acquisition
Procedures. Warranty: The contractor shall extend to the Government
full coverage of any standard commercial warranty normally offered in
a similar commercial sale. Acceptance of the warranty does not waive
the Government's rights with regard to the other terms and conditions
of the contract. In the event of a conflict, the terms and conditions
of the contract shall take precedence over the warranty. The warranty
period shall begin upon completion of installation for the items listed
in the schedule. The Government will award a contract 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 capability and price. Technical capability
is approximately equal to price. Award will be made to the offeror that
meets the solicitations minimum criteria for technical acceptability at
the lowest price. To be determined technically acceptable, the offeror
must furnish product literature that demonstrates the products offered
meets all requirements stated in the above purchase description. The
Government reserves the right to make award on the initial offer
received without discussions. The Government reserves the right to
eliminate from further consideration those proposals which are
considered non-responsive. Companies wishing to respond to this
solicitation should provide this office with the following: A price
quote, submitted on your company letterhead or your standard company
quotation forms, for the requested items showing solicitation number,
unit price, extended price, FOB, prompt payment terms, delivery time,
and correct address. OFFERS MUST BE SIGNED. Offerors are reminded to
include a completed copy of the provisions at FAR 52.212-3, Offeror
Representations and Certifications Commercial Items, as well as DFARS
252.212-7000, Offeror Representations and Certifications Commercial
Items, and DFARS 252.225-7035, Buy American Act-North American Free
Trade Agreement Implementation Act-Balance of Payments Program
Certificate with their offers. Those companies not in possession of the
provisions in full text may contact this office and a copy will be
faxed to you. Each offer shall include their Dun & Bradstreet Code
and their Commercial and Government Entity (CAGE) Code. NOTICE TO ALL
CONTRACTORS: All contractors who provide goods/services to the
Department of Defense (DOD) must be registered in the Central
Contractor Register (CCR). Further information may be obtained through
the Internet at: http://www.acq.osd.mil/ec/faqs. You cannot be awarded
a DOD contract if you are not registered in the CCR. The Internet site
for registering in the CCR is http://ccr.edi.disa.mil. If you do not
have Internet access and want to register with a paper form, you should
contact CCR Registration Assistance Center at 1-888-227-2423, Customer
Service, and request the registration form and assistance packet for
your completion. All questions concerning this RFQ must be submitted in
writing, no telephonic responses will be processed. Questions should be
faxed to CHARLENE KREEGER, FAX 228-871-3212/2691 by 5 FEB 99.
Quotations are due on 10 FEB 1999 2:00 p.m. to Contracting Officer
(Code 520), 5200 CBC 2nd Street, Gulfport, MS 39501-5001. Facsimile
quotations acceptable, FAX 228-871-3212/2691. No oral quotations will
be accepted. All responsible sources may submit a quotation which shall
be considered. Posted 04/25/00 (W-SN448393). (0116) Loren Data Corp. http://www.ld.com (SYN# 0211 20000427\39-0001.SOL)
39 - Materials Handling Equipment Index Page
|
|