SOLICITATION NOTICE
66 -- Getinge GEW Cage & Rack Washer for Research Department at Jesse Brown VAMC, Chicago, IL
- Notice Date
- 8/20/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;GLAC (69D);5000 W. National Ave;Milwaukee WI 53295-0005
- ZIP Code
- 53295-0005
- Solicitation Number
- VA-69D-09-RQ-0548
- Response Due
- 9/4/2009
- Archive Date
- 10/4/2009
- Point of Contact
- Gregory Danko414-902-5466
- E-Mail Address
-
Email
(gregory.danko@va.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a 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. Quotes are being requested and a written solicitation will not be issued. The solicitation number, VA-69D-09-RQ-0548, is issued as a request for quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 effective August 1, 2009 and Veterans Affairs Acquisition Regulation Supplement (VAAR) current to December 2008. The North American Industry Classification System (NAICS) Code for this acquisition is 339113, Size Standard: 500 Employees. This procurement is unrestricted. Offeror's quotes are hereby being requested and shall be submitted on offeror's letterhead or bid form and shall contain the name, title, and signature of person authorized to submit quotes on behalf of the contractor. The following items are offered by Getinge USA, Inc. and are known to meet the VA's needs. Offeror shall provide complete system (furnish and install). Offeror shall provide the following Brand Name or Equal items: Description: (1) Cage Washer Main Unit (GEW 112222), QTY 1, Unit Price $___________; (2) Air Compressor (P0010301), Qty 1, Unit Price $___________; (3) Floor mounted Service Wall enclosure (GEWFLRCAB112222), Qty 1, Unit Price $__________; (4) Monitored Agent Injection on 2 pumps (GEWMON2), Qty 1, Unit Price $ ___________; (5) GEW 112222 Universal Rack - 4 tilted shelves w/ spray (PCLDDDDNNRNN), Qty 1, Unit Price $__________; (6) GEW Cage and Rack Washer 4-foot ramp for floor mounting (61301605726), Qty 2, Unit Price $_____________; Total Price $_____________(7) Central Bottle Washer Unit (GEW1477-1), Qty 1, Unit Price $____________; (8) Air Compressor for Bottle Washer (GEWAIRCOMP), Qty 1, Unit Price $_____________; (9) Cabinet - single door (GEWCABSNGLDOOR), Qty 1, Unit Price $____________;(10) Extra grid for washing on 2 levels (2NIV1200), Qty 1, Unit Price $____________;(11) Lifting Lugs (GEWLIFTLUGS), Qty 1, Unit Price $____________;(12) Monitored Chemical Injection (GEWMONCHEMINJ), Qty 1, Unit Price $____________;(13) Second level Maintenance grid (GEW1477SECLVLLSPRT), Qty 1, Unit Price $____________;(14) Stainless Steel Pump (GEWSSPUMP), Qty 1, Unit Price $____________;(15) Steam Heating for Standard GEW 1477 (GEWSTM1477), Qty 1, Unit Price $____________;(16) Support Grid (GEW1477SPRTGRID), Qty 1, Unit Price $____________;(17) US Adapter on Steam Heat Unit (GEWADAPTSTEAM), Qty 1, Unit Price $____________;(18) WBF-2 (One Basket Capacity) (TBJWBF2), Qty 1, Unit Price $____________;(19) Automatic Operation Facility (TBJWBFAUTO), Qty 1, Unit Price $____________;(20) Type 316 Stainless Steel Components (TBJWBFSS), Qty 1, Unit Price $____________;(21) Stainless Steel Modular Wall, Qty 1, Unit Price $____________;(22) Installation, Qty 1, Unit Price $____________;TOTAL PRICE $____________; Total Price shall include all delivery charges, installation and training. Salient Characteristics: (1) Cage washer shall fit the space currently occupied by the current Cage/Rack washer - exterior dimensions of approximately 50" W x 91" L x 91" H; (2) Bottle washer shall fit the space occupied by the current Bottle Washer - exterior dimensions of approximately 84" W x 56" D x 84" H; (3) Wash Capacity - must have the capacity to clean a minimum of 150 mouse cages in a single wash cycle, and process a minimum of 3 standard cleaning cycles per hour in continuous operation. The Bottle Washer must have the capacity to process a minimum of 100 standard water bottles per load; (4) Installation(s) shall include computerized controls and reporting capabilities to enable remote monitoring of washing operations and diagnosis of functional problems. Support services shall be available on-site within 24 hours for problems that threaten regular cage and bottle cleaning operations; (5) Minimum one year of full service covering all parts and labor, one year of quarterly preventive maintenance visits to check equipment functions and to make minor operational adjustments; (6) Door Design - a sliding-door design is required for the larger unit, due to the limited space surrounding the Cage Washer unit. All-glass (or large window) construction with high thermal efficiency for observation of washing operations; (7) The entire unit shall be built of 300 series stainless steel to minimize or eliminate the potential for corrosion and rust-through, except where alternate materials have been shown to have favorable qualities or are required for other reasons; (8) low floor design to reduce the effort in pushing a loaded wash cart up a ramp into the unit; (9) Cleaning System - must have high-pressure spray action for wash water and cleaning solutions, with sweeping or oscillating spray head motion to maximize cleaning effectiveness. Independent booster to raise water temperature to a minimum of 180 degrees F. Low water usage through automatic recycling/recovery. Forced hot air drying within the wash chamber. All water and electrical connections shall be on one side of the Cage Washer to minimize loss of usable space in wash room. Self-cleaning filter(s) to prevent clogging of spray heads. High-capacity effluent drainage system with cool-down tank; and (10) "Green" Attributes - equipment shall demonstrably minimize water and energy consumption, while meeting all applicable standards for cleaning and sterilization. All interested contractors shall contact Phil Brown at 312-569-7311 to schedule a site visit at the Veterinary Medical Unit, Jesse Brown VAMC, to inspect the configuration of the current washing equipment. Delivery shall be FOB DESTINATION to Jesse Brown VA Medical Center, Warehouse Receiving/Shipping, 2030 W. Taylor St., Chicago, IL 60612, attn: Phil Brown. The Contractor is responsible for all freight charges. All items offered must comply with FAR 52.211-6 Brand Name or Equal and must have the alike salient characteristics of the items stated above, to include technical documentation to support products being offered as equal items. If offering an equal product, offeror must complete the following: Manufacturer Name __________, Brand _________, Make or Model Number ___________. If offering an equal product, offer must include product literature, product samples (if requested), technical features, warranty provisions, and any training and or installation that will be required. The provision at 52.212-1, Instructions to Offeror--Commercial Items, applies to this solicitation. Award will be made to the offeror representing the best value to the Government. All quotes will be evaluated in accordance with technical capability, compliance with the solicitation requirements and price. The provision at 52.212-3, Offeror Representations and Certification--Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation. A copy of the provision may be attained from http://www.arnet.gov/far/current/html/52_212_213.html or completed at https://orca.bpn.gov/. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, is incorporated in this requirement, which will include: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553); (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub L. 108-77, 108-78); (3) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006); (4) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; (5) 52.219-28, Post Award Small Business Program Representation; (6) 52.222-3, Convict Labor ; (7) 52.222-19, Child Labor Cooperation with Authorities and Remedies; (8) 52.222-21, Prohibition of Segregated Facilities; (9) 52.222-26, Equal Opportunity; (10) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (11) 52.222-36, Affirmative Action for Workers with Disabilities; (12) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (13) 52.222-50, Combating trafficking in Persons; (14) 52.225-1, Buy American Act-Supplies; and (15) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). The clauses may be accessed in full text at this address http://www.arnet.gov/far/. In addition, FAR 52.247-34 F.O.B. Destination, FAR 52.211-6 Brand Name or Equal, VAAR 852.211-73 Brand Name or Equal, VAAR 852.211-70 Service Data Manuals, VAAR 852.246-70 Guarantee, and VAAR 852.203-70 Commercial Advertising apply to this acquisition. The Offeror shall also provide its DUNS number and Tax Identification number. All Contractors, both large and small, are required to register in the Central Contractor Registration (CCR) database before an award. Contractors are responsible for the accuracy of information added to CCR. To register, go to http://www.ccr.gov/. Quotations are due on or before September 4, 2009 by 2:00 PM Central Standard Time to be considered responsive. The assigned Contracting Officer is Greg Danko. Offers can be mailed, faxed or emailed to the GLAC attn: Greg Danko, 5000 W. National Ave, Bldg 5, Milwaukee, WI 53295; fax: 414-902-5457; email: gregory.danko@va.gov. Quotes should be marked with the request for quote number VA-69D-09-RQ-0548. Oral quotes will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA-69D-09-RQ-0548/listing.html)
- Record
- SN01919197-W 20090822/090820235814-798939f67fe33a51c568e4c75f78068c (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 |