DOCUMENT
66 -- Cage & Bottle Washer Rack & Cage Washer - Attachment
- Notice Date
- 7/22/2015
- Notice Type
- Attachment
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- Department of Veterans Affairs;Program Contract Organization East(PCOE);323 North Shore Dr.;Pittsburgh, PA 15212
- ZIP Code
- 15212
- Solicitation Number
- VA26815Q0092
- Response Due
- 7/29/2015
- Archive Date
- 8/28/2015
- Point of Contact
- Bridget Kornish
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is VA268-15-Q-0092. The government anticipated awarding a firm-fixed price contract resulting from this combined synopsis/solicitation. This solicitation is issued as a 100% set aside for small business concerns. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisition.gov. STATEMENT OF NEED (SON) 1.0CONTRACT DESCRIPTION AND REQUIREMENTS The Cincinnati VA Medical Center has a requirement to purchase a new double length environmentally friendly cage and rack and cage and bottle washer for the new Veterinary Medical Unit. A Firm Fixed Price contract will be awarded for the purchase of Brand Name or Equal equipment in accordance with all terms, conditions, provisions, specifications and schedule of this solicitation herein. Quotes shall contain the Offeror's best terms for cost/price and technical capabilities of the required LYNX Model 430LXm cage and rack and cage and bottle washer or equivalent equipment. The government reserves the right to award without discussions. 1.1 PRICING The Offeror shall submit price quotes for the required brand name or equal equipment, to the specifications listed in Section 1.2 below. Please enclose the established price list and description of capabilities and product specifications for the required equipment. The Offeror shall submit a separate price sheet for equal items to include Manufacturer Name, Stock/Part #, Unit of Issue and Price. Items offered that are brand name or equal shall identify items as being on schedule and reference the contract number for each item. Note: The Offeror should include a description of any support services or warranty information in the technical quote. 1.2 REQUIRED PRODUCTS & SPECIFICATIONS LYNX Model 330LX Cage and bottle washer1EA Stainless Steel service access panels, custom enclosure1EA LYNX OPTI-Wash System1EA Strip Chart Printer1EA LYNX Model 430LX m cage and rack washer1EA Stainless steel service access panels1EA Feeder bottle wash system w. 6 basket capacity cart1EA LYNX OPTI-Wash system1EA Cage Wash Rack2EA *All items must include unload, uncrate & set in place 1JB The LYNX Model 430 LXm Cage and rack washer and LYNX Model 330LX cage and bottle washer will be an essential piece of equipment that will be utilized on a daily basis by the Veterinary Medical Unit to perform daily duties 1.3 Product Capabilities & Salient Characteristics or equal The brand name or equivalent equipment must meet or exceed the following capabilities and salient characteristics of the the LYNX Model 430 LXm Cage and rack washer and LYNX Model 330LX cage and bottle washer. The required equipment shall be a double length environmentally friendly cage and rack washer to include needed options, as well as a cage and bottle washer with needed options. The goal of this new building is to become LEED silver certified and therefore energy savings and environmentally friendly equipment are important to the project. The cage and rack washing machine shall consists of a two compartment chamber, each measuring 46"w x 85"H x 92" L, giving the overall unit a total size of 84" wide x 104" H x 200" L. This is a pit mounted unit requiring a pit size of 86" wide by 201" long by 12" deep. Units must have the ability to be used as a single or double length unit, giving the user the ability to cut energy and water consumption virtually in half when a full double washer is not necessary. With the cage and rack washer we need the service access panels, the bottle wash cart, the OPTI Wash or equivalent upgrade and 2 wash racks. This contract is for the equipment and freight only as a firm-fixed price. The install will be provided by the general contractor of the construction project. The cage and bottle washer is the second machine being requested. The system shall offer an OPTI wash system or equivalent that reuses some of the wash water in order to cut down on water and energy consumption. The shall be an environmentally friendly cage and bottle washer, as an essential fixed piece of equipment that will be utilized on a daily basis by the Veterinary Medical Unit to ensure pathogen free caging, bottles and equipment for use with research animals in the VMU at the Cincinnati VA medical center. This purchase will include the machine, requested add-ons and shipping cost and unload and set in place only. The contractor shall provide all resources necessary to accomplish the deliverables described in the Statement of Need (SON), except as may otherwise be specified. All delivery dates are to be coordinated with the GC, the project manager (engineering) and the vendor and may change due to project timelines. Salient Characteristics of LYNX 430LXm or equal: 1.Must have the ability to turn the double length chamber into a single length unit to cut water and energy consumption virtually in half. 2.The machine must consists of a two compartment chamber, each measuring 46"w x 85"H x 92" L, giving the overall unit a total size of 84" wide x 104" H x 200" L. 3.A pit mounted unit is required with a pit size of 86" wide by 201" long by 12" deep. 4.The unit must contains an automatic bar swinging door separator which divides the unit in half while in cycle 5.Double doors for pass through operation 6.Stainless steel insulated construction 7.Stainless steel recirculating components and piping 8.Stainless steel steam heating coils 9.Two stainless steel 10hp treatment pumps 10.Stainless steel sump and machine base to provide a stable corrosion resistant foundation for their stainless steel cabinet 11.Dual carriage oscillating jet sprayer systems, which supplies water through all jets 100% of the time. 12.High pressure, high volume "knife edge" jets 13.Automatic self-cleaning screen 14.Temperature guarantee to ensure the load reaches the required 180 degree heat point 15.Incoming utility gauges on all utilities 16.Illuminated wash compartments 17.Personal safety features such as emergency pull cable in chamber and "push here" signs on inside of doors 18.Pneumatically operated valves and components 19.Touch screen micro-computer control system 20.12 programmable automatic multi-phase treatment cycles 21.Automatic exhaust damper 22.Heat exchanger 23.Drain discharge cool down - injected 24.Printer 25.Barrier wall flange 26.Factory programmed software restoration kit 27.Ethernet computer connection (MODEM and ETHERNET port on all of their Microprocessor based units to allow instant access to the unit's control for online service diagnostic, minimizing downtime and the need for an onsite service technician) 28.UL listed control panel 29.Knock down shipment included 30.Freight to job site included 31.Onsite training included 32.Parts and labor warranty included 33.Feeder and bottle wash cart which plugs into the machine inside the chamber to wash up to 6 baskets of bottles 34. Wash system for added water and energy savings and can cut down wash cycles to as short as 12 minutes from the normal 30 minute cycle. 35. 2 cage wash racks for loading cages to be washed. 36. Enclosure walls to create a seamless division between clean and dirty sides of cage wash, as well as enclosing all utilities. Salient Characteristics for the LYNX 330LX or equal: 1.Compartment size of 48"wide x31"high x48"deep 2.Total external dimensions of 76" wide x 82" high x 52" deep. Must fit in exact footprint designed to allow for service maintenance access and fitting with larger washer. 3.Pass through, vertical sliding doors 4.Personal safety system 5.10-phase treatment cycles 6.Temperature guarantee 7.Incoming utility gauges 8.Stainless steel steam coil 9.Stainless steel recirculation components 10.House hot water temperature booster 11.Automatic damper 12.UL inspected control panel 13.Minimum 1 year warranty. Note: Purchasing these two washers together is essential due to the new clean and dirty side cage washer area being very limited in width. Service clearances will be extremely tight. The cage and bottle washer shall be provided with all serviceable components accessible from either the front or only one side of the unit. In addition, the doors are pass-through vertical sliding so they should not take up any space into the room beyond the dimensions of the machine. This makes it better suited for this tight space. The 2 machines fit snugly together yet leaving enough service space for preventative maintenance and repairs. The product capabilities and salient characteristics identified above by a "brand name or equal" description are intended to be descriptive, not restrictive, and to indicate the quality and characteristics of the product that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by the brand name) will be considered if such product is clearly identified in the quote and is determined by the VA to meet fully the salient characteristics on above products. If offering an equivalent product, the brand name of the equivalent product shall be clearly identified in the quote. Unless visibly identified as an equivalent product, offered items shall be considered as the brand name product referenced in this announcement. The evaluation of quotes and the determination as to the equality of the products shall be the responsibility of the Government and shall be based on information provided by the Offeror. The Government is not responsible for locating or securing any information not provided in the quotation by the Offeror. To ensure that sufficient information is available, the Offeror must furnish, as a part of the quote, all descriptive material necessary for the purchasing activity to determine whether the products meet the salient characteristics of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement shall include a clear description of the proposed modification and clearly mark any descriptive material to show the proposed modification. Instructions to the Offeror Basis for award resulting from this RFQ will made to the Best Value Offer that provides a complete package pursuant to the preparation requirements set forth in 52.212-1. FAR 52.212-2 (Evaluation- Commercial Items) will be incorporated in full text into the RFQ and will be evaluated on the following factors. Evaluation Factors for Award: Factor 1- Technical Capabilities, must meet all requirements Factor 2- Past Performance Factor 3- Socioeconomic Status (Small Business) Factor 4- Price The following FAR provision and clauses apply to this solicitation and are incorporated by reference. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-83, Effective July 2, 2015. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquistion.gov. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. FAR 52.212-1Instructions to Offerors-Commercial FAR 52.212-2Evaluation- Commercial Items FAR 52.212-3Offeror Representations and Certifications FAR 52.212-4Contract Terms and Conditions FAR 52.212-5Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.222-54, Employment Eligibility Verification (AUG 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-1, Buy American-Supplies (MAY 2014) (41 U.S.C. chapter 83). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). FAR 52.211-6 Brand Name or Equal Offerors must notify Contracting Officer Bridget Kornish at bridget.kornish@va.gov with any questions regarding this Synopsis/Solicitation NLT July 29, 2015 by Noon EST. All responses to questions will be posted by way of amendment to this combined Synopsis/Solicitation NLT July 24, 2015. Quotes shall be submitted via email to bridget.kornish@va.gov and Offerors must reference Solicitation# VA268-15-Q-0092 in the subject line of the email. No telephone request for information will be considered. Incomplete packages will be considered nonresponsive. All offers must be received by the closing date July 29, 2015 NLT Noon EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dfcbf273c3da89dbfb73580f109823f9)
- Document(s)
- Attachment
- File Name: VA268-15-Q-0092 VA268-15-Q-0092_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2182774&FileName=VA268-15-Q-0092-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2182774&FileName=VA268-15-Q-0092-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA268-15-Q-0092 VA268-15-Q-0092_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2182774&FileName=VA268-15-Q-0092-001.docx)
- Record
- SN03806591-W 20150724/150722235947-dfcbf273c3da89dbfb73580f109823f9 (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 |