SOLICITATION NOTICE
66 -- AMSCO STEAM STERILIZER OR EQUIVALENT
- Notice Date
- 8/31/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Agricultural Research Service - Western Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- AG-4431-S-16-0031
- Archive Date
- 9/21/2016
- Point of Contact
- Shalunda S. Mix, Phone: 662-686-5346
- E-Mail Address
-
shalunda.mix@ars.usda.gov
(shalunda.mix@ars.usda.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 is AG-4431-S-16-0031 and is issued as a request for quotation (RFQ). The NAICS code is 334516 Analytical Laboratory Instrument Manufacturing. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-72. The USDA, ARS, WBSC intends to procure a Steam Sterilizer: (AMSCO model #250LS or equivalent) for the Honey Bee Breeding, Genetics and Physiology Lab in Baton Rouge, LA. The sterilizer will be used with general laboratory equipment including, but not limited to; glassware, stainless steel and certain autoclavable plastics, pipettes, tips, and possibly liquids (growth media, water, solutions) commonly utilized for procedures related to experimentation pertinent to honeybee research. The following item with noted capabilities is required for procurement: • Minimum interior chamber dimensions of 20" x 20" x 38" (508mm x 508mm x 965mm) • Overall unit height must NOT exceed 76" • Vertical sliding door (manual or automatic) • Steam activated door seal, maintenance free with minimum 2 year warranty • Single door cabinet design • Prevacuum • Recorder tape for cycle verification • Dual exterior gauges displaying both chamber and jacket pressure readings • Standard piping of brass and copper, threaded • Carbon steel electric steam generator • Pressure chamber warranted for minimum of 15 years • Loading car, transfer carriage and track assembly to be included • 120V, 1Ph; 208-230V, 3Ph (for vacuum and /or steam generator) • English language menu for cycle programming / standard operation Vendor to also guarantee the following services / considerations: • Oversee unloading and transportation of unit to customer designated location of unit in facility that does NOT have access to loading dock • Uncrate, inspect and document condition of unit upon arrival / uncrating at facility • Acquire local permits for installation as required by local municipalities • Assemble / erect unit in customer designated work area as required • Position unit in specified location as directed by customer • Assemble equipment piping packages and accessories as required • Complete all air, steam, water and drain connections from building termination to equipment up to 6' from existing building terminus points using ONLY hard piping. Supply and install disconnects, isolation valves and accessories as required • Install standard final panels where provided • Level equipment prior to and after plumbing installation • Supply and install proper 208-230V cord for final electrical connection • Make final adjustments to ensure optimum manufacturer operating conditions as required • Demonstrate proper methods of operation to facility personnel • De-installation, removal from premises and proper disposal of existing sterilization unit • Trade-in allowance for existing unit totaling a minimum of $1250.00 USD • Service agreement with term of not less than 12 months will be provided and guaranteed on-site technician response within 48 hours of any service request DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per item, discounts for trade-ins, total price and valid for at least 60 days after receipt of quote. 2) at least 3-5 references (Government references preferred but will accept commercial references). References shall be provided for the service proposed and if possible include the email address of the person to be contacted; and 3) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer and will be considered. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies, with the following clauses 52.219-6 Notice of Small Business Set-Aside; 52.222-3, Convict Labor; 52.233-3, Protest after award, and 52.219-8, Utilization of Small Business Concerns; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS. DELIVERY: FOB Destination. Deliver to USDA, ARS, Honey Bee Breeding Genetics and Physiology Research Unit, 1157 Ben Hur Road, Baton Rouge, LA 70820. QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees. DELIVERY DUE DATE: The Government requires delivery on or before 30 ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. FAR 52.212-2, Evaluation-Commercial Item, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material and capabilities of the offerors equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by 12:00 p.m. central standard time, September 6, 2016. Quotations are to be addressed to Shalunda Mix, Contract Specialist, at shalunda.mix@ars.usda.gov or USDA, ARS, WBSC, P. O. Box 225, 141 Experiment Station Road, Stoneville, MS 38776-0225. Additional information may be obtained by contacting the Contracting Officer at (662)686-5346 or by email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8089cbd906275604e008c0e07079f203)
- Place of Performance
- Address: USDA, ARS, Honey Bee Breeding Genetics and Physiology Research Unit, 1157 Ben Hur Road, Baton Rouge, Louisiana, 70820, United States
- Zip Code: 70820
- Zip Code: 70820
- Record
- SN04250572-W 20160902/160901000947-8089cbd906275604e008c0e07079f203 (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 |