SOLICITATION NOTICE
66 -- Steris Corporation Flush & Drain Kits, Equipment # P764328028 - Attachments
- Notice Date
- 3/27/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Agriculture, Food Safety and Inspection Service, Procurement Management Branch, 5601 Sunnyside Avenue, Mail drop 5230, Beltsville, Maryland, 20705, United States
- ZIP Code
- 20705
- Solicitation Number
- FSIS-10-B-13
- Archive Date
- 4/20/2013
- Point of Contact
- Kathy A Richardson, Phone: 301-504-4215
- E-Mail Address
-
Kathy.Richardson@fsis.usda.gov
(Kathy.Richardson@fsis.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment 3, FAR 52.222-48 Exemption from Applicatin of the Service Contract Act to Contracts for Maintenance, Calilbraiton, or Repair of Cerain Equipment Certification Attachment 2, Brand Name Justification Attachment 1, Statement of Work USDA, Food Safety and Inspection Service (FSIS) has a requirement for the purchase and installation of six (6) Steris Corporation Flush & Drain Kits, Equipment # P764328028, for the proper operation of its steam sterilizers. The kits must include all necessary piping, electronic controls, and operational instructions that will allow for a preset timed automatic flushing (nonpressure) of steam generator when the generator or sterilizer is powered on. Automatic flushing must be inhibited if the generator temperature exceeds a preset maximum. Integral kits must also include pressure inhibit. The installation and service must be provided by an ISO 17025 certified repair technician. See the attached Statement of Work for additional information (Attachment 1). This notice 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, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. The NAICS Code and the small business size standard for this procurement are 334516/500 employees respectively. The offeror shall state in their offer their size status for this procurement. The Government will consider quotes only from authorized sellers of Steris Corporation Flush & Drain Kits, Equipment #P764328028, and provide the installation service for this equipment by an ISO 17025 certified repair technician. This will be a brand name only procurement. Substitutes will not be accepted based on the attached Brand Name Justification (Attachment 2). All responsible sources may submit an offer which shall be considered by the Agency. The contractor must bid on all items. Location of where equipment is to be delivered and installed is St. Louis, MO. Delivery and installation is required within 30 to 60 days after contract award. Delivery shall be FOB Destination. Offers for the items(s) described above are due by April 5, 2013, no later than 11:00 AM Eastern Standard Time, to USDA, FSIS, Office of Administrative Services, ATTN: Kathy Richardson, 5601 Sunnyside Avenue, Maildrop 5230, Room 2-L182B, Beltsville, MD 20705-5230 and must include, solicitation number, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), cage code, DUNS Number, identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. In addition, the offerors are to complete and submit Attachment 3, "FAR 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification" with their proposed quote. FAR 52.212-4 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JAN 2013), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.223-18, FAR 52.225-1, FAR 52.225-13, and FAR 52.232-33. The FAR may be obtained via the Internet at http://www.acquisition.gov/far/. All contractual and technical questions must be in writing (e-mail or fax) to Kathy Richardson not later than March 29, 2013. E-mail address is Kathy.Richardson@fsis.usda.gov. Fax number is 301-504-4276. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product and installation service offered meets the Government's requirement. Offerors shall complete and return a copy of the provision FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer unless the offerors have this provision completed under the SAMS website at http://sam.gov. These representations and certifications will be incorporated by reference in any resultant contract. It is the offeror's responsibility to monitor the internet site for the release of solicitation amendments (if any).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FSIS/AAS/FSIS-10-B-13/listing.html)
- Place of Performance
- Address: 4300 Goodfellow Blvd., St. Louis, Missouri, 63120, United States
- Zip Code: 63120
- Zip Code: 63120
- Record
- SN03022485-W 20130329/130327235008-eccb95031a10ee1ec414f052b3730a1e (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 |