SOLICITATION NOTICE
99 -- Biohazard Defense Unit
- Notice Date
- 9/20/2006
- Notice Type
- Solicitation Notice
- NAICS
- 333313
— Office Machinery Manufacturing
- Contracting Office
- Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Acquisition and Property Management Division, 650 Massachusetts Avenue, N.W., Room 3290, Washington, DC, 20226
- ZIP Code
- 20226
- Solicitation Number
- 64020SDS
- Response Due
- 9/22/2006
- Archive Date
- 10/7/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined solicitation/synopsis. No other solicitation is available. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This requirement is a 100% small business set-aside. The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) has a requirement to procure a compact biological defense unit. A full written maintenance schedule is required which clearly illustrates maintenance intervals over the life of the contract. The equipment is required to be in place and operational by October 1, 2006 through September 30, 2007. The vendor must be able to extend a full warranty for two years thereafter. This will be a fixed-price contract. The contract amount must include delivery, installation, user training, start-up supplies, efficacy test and test log. Additionally the Government requires the following on-site service by a factory authorized technician. a. Full Maintenance and cleaning b. Filters and process control solution replacement c. Efficacy Test when requested by the Government d. Technical support/Consulting e. Full operational supplies supported f. Two years technology upgrades for software and hardware g. Replacement with advanced product General Requirements The bio-defense unit must help protect people from harmful biological agents and health hazards found in everyday situations. These hazards range from contaminated or infected mail to other public health and safety hazards. The unit must employ rapid, high-intensity decontamination technology that can be used for mail, currency and other paper items, food, medical waste and a number of other applications. The technology should pose no risks to the machine?s operators and must be based on safe, proven disinfection technologies, including electromagnetic irradiation (ultraviolet, microwave, high-intensity broadband beam, infrared, and other light sources), oxidization, and other proven, commercialized technologies. The unit must provide the MMOC with increased control over a potentially uncontrollable situation - the risk of bio-contamination through the mail. It must be able to sanitize up to 3 pounds of mail in less than 55 minutes. The system must be capable of decontaminating mail at the point of entry. The unit must employ a combination of physical and chemical methods to achieve a maximum effect and offer maximum protection from a wide spectrum of pathogens, such as bacteria, viruses, and bio toxins carried on paper products. Bio- Hazard Specifications The unit must effectively decontaminate the following bio-hazards without causing any harmful side effects to the operator or recipient of the mail. - Anthrax - Smallpox - Plague - E-coli - Influenza - HIV - Bird Flu - Ricin - Botulism The following provisions are applicable to this commercial item acquisition: FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-3, Offeror Representations; (Vendor must furnish Offeror Representations in writing); FAR 52-212-4, Contract Terms and Conditions-Commercial Items; and FAR 52-212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders-Commercial Items. Vendor must have registered in the Central Contractor Registration Database at www.ccr.gov to receive this award. This award will be made utilizing the Simplified Acquisition Procedures under FAR Part 13. Award will be made to the responsive, responsible vendor meeting all the requirements listed above at the lowest price on an all-or -none basis. Submit questions and quotes by fax to 202/927-7311 or email Sadie.Drew-Simpson@atf.gov. to Sadie Drew-Simpson, Contract Specialist no later than September 22, 2006 at 2:00pm EST .
- Place of Performance
- Address: LANDOVER, MD
- Zip Code: 20785
- Country: UNITED STATES
- Zip Code: 20785
- Record
- SN01149226-W 20060922/060920220253 (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 |