|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,1999 PSA#2417USDA, ARS, North Atlantic Area, Contracting Office, 600 East Mermaid
Lane, Wyndmoor, PA 19038 66 -- TWO (2) STEAM STERILIZERS (SCIENTIFIC USE) SOL 36-3615-99 DUE
091099 POC Lisa M. Botella, Point of Contact, (215) 233-6551, fax (215)
233-6558, Regina M. Herchak, Contracting Officer The USDA, Agricultural
Research Service requires two (2) Steam Sterilizers Systems to be
furnished, delivered, and installed at the Eastern Regional Research
Center (ERRC) in Wyndmoor (Philadelphia), Pennsylvania. These
sterilizers shall be used for the purpose of general scientific
research and waste decontamination work. 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; prices are being requested and a written solicitation
will not be issued. The Solicitation number 36-3615-99 is issued as a
Request For Quotation (RFQ) in accordance with FAR Part 13, Simplified
Acquisition Procedures. The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-11. THIS ACQUISITION IS UNRESTRICTED. SCHEDULE OF ITEMS
AND SPECIFICATIONS. The sterilizers shall be new andinclude at a
minimum: Item 1 -- (1) EA, Steam Sterilizer System -- Operates on
electric steam (208 volt, 3 phase), 20"x 20"x 38" chamber size,
stainless steel clad (304), and consisting of a single automatic door
with foot pedal controls (cabinet enclosed), with a feedwater pump, a
data logger and printer (cabinet mounted); Rack with two extendable
shelves, 20"x 20"x 38"; Automatic Generator Blowdown Kit; Utilities
Control System with a seven-day timer; Three sterilizing cycle
capability: (Liquid/Gravity/Prevacuum). The Data Logger shall document
and record each cycle of performance. Using a single pen recorder with
circular roll paper it shall record the following data, at a minimum:
Temperatures, pressures achieved during exposure, lot control, cycle
parameters, diagnostic controls, cycle parameters, diagnostic codes,
and a space to record results. Item 2 -- (1) EA, Steam Sterilizer
System -- Operates on house steam with a microprocessor-based control
system, data logger and printer (cabinet mounted), 20"x 20"x 38"
chamber size, stainless steel clad (304), and consisting of a single
automatic door with foot pedal controls (cabinet enclosed); Rack with
two extendable shelves, 20"x 20"x 38"; Utilities Control System with a
seven-day timer; Three sterilizing cycle capability
(Liquid/Gravity/Prevacuum). The Data Logger shall document and record
each cycle of performance. Using a single pen recorder with circular
roll paper it shall record the following data, at a minimum:
Temperatures, pressures achieved during exposure, lot control, cycle
parameters, diagnostic controls, and a space to record results. Item 3
-- (1 Job) Installation and Training -- Installation shall be
performed on or after December 27, 1999 and is subject to change due to
facility renovations. The Government shall notify the Contractor should
the installation date require changing. A 1-day, on-site, training for
one person shall be provided upon installation. ADDITIONAL QUOTATION
INFORMATION -- Telegraphic or facsimile offers are NOT acceptable.
DESCRIPTIVE LITERATURE -- The company is REQUIRED to submit descriptive
literature on the products being offered. Offerors must identify the
brand and type of equipment being offered by BRAND and MAKE/MODEL.
Descriptive literature must be submitted with the offer even if it has
been submitted previously. This literature MUST address all aspects
outlined in the specifications. If an area is not addressed in the
literature, the company must submit a written substantive statement
describing such area. FAILURE TO PROVIDE THE DESCRIPTIVE LITERATURE
SHALL RESULT IN REJECTION OF YOUR OFFER. SCHEDULE OF DELIVERABLES. The
system, installation, training, and all required documentation shall
be delivered F.O.B. Destination, within Consignee's Premises to the
USDA, ARS, Eastern Regional Research Center, 600 East Mermaid Lane,
Wyndmoor, PA 19038. Delivery shall be made within the hours of 8:00
a.m. to 4:30 p.m., Monday through Friday, excluding Federal holidays
and shall be scheduled with the COR named at the time of award. Due to
facility renovations, delivery of the equipment shall be scheduled on
or after December 27, 1999 and is subject to change. Installation
shall be scheduled within 14 days after receipt of the item. Training
shall be performed within 30 days after the unit arrives at the
designated location. The entire order shall be completed within 120
calendar days after receipt of the order. SETUP, INSTALLATION, AND
TRAINING -- The Contractor shall provide for installation of the
equipment on the first floor in the location designated by the
Government. ERRC's loading dock is approximately 2-3 feet from ground
to plate. The plate has approximately a 1 foot rise. ERRC has a freight
elevator with a weight capacity of 8,000 pounds load limit. An existing
sterilizer shall be removed by the Government. There is a clear access
to the final locations and utility stubs are in place. The Contractor
shall be responsible for performing all start-up operations to ensure
the systems are fully functional for their intended purposes. The
Contractor shall provide a minimum of eight (8) hours training (on-site
at ERRC) for the proper operation and use of the systems. Training
shall be completed within 30 days from delivery and include system
operation, maintenance, trouble shooting and all pertinent training
materials. The Contractor shall notify the Government at least one (1)
week prior to delivery to coordinate the dates for installation and
training with the COR (to be named at time of award). DOCUMENTATION --
The Contractor shall provide one (1) copy of the Installation
Drawings, within 10 days of receipt of the contract award, which shall
be used for site preparation. The Contractor shall provide two (2)
sets of operations and maintenance manuals and service instructions for
each unit. These manuals/instructions shall be provided with the
equipment at time of shipment. WARRANTY -- Following installation, the
Contractor shall provide technical support and warrant the systems in
accordance with the standard commercial warranty period. A copy of the
warranty shall be provided with the offer. FAILURE TO PROVIDE THIS
INFORMATION SHALL RESULT IN REJECTION OF YOUR OFFER. PACKING AND
SHIPPING -- The articles to be furnished hereunder shall be delivered,
all transportation charges paid by the Contractor, and in accordance
with the F.O.B. Destination, within Consignee's Premises clause to
USDA, ARS, NAA, Eastern Regional Research Center, 600 East Mermaid
Lane, Wyndmoor, PA 19038. CONTRACT CLAUSES -- The FAR Provision
52.212-1, Instructions to Offerors -- Commercial, applies to this
acquisition. Addenda to FAR 52.212-1: Item (b) Submission of Offers is
amended to include the following: Submit your quotation,
acknowledgement of amendment (if any), descriptive literature, project
literature, warranty information, past performance information, and
the Certifications at FAR 52.212-3 to Lisa M. Botella, USDA, ARS, North
Atlantic Area, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA
19038. Item (c) Period for Acceptance of Offers is amended to 60
calendar days. FAR Provision 52-212-2, Evaluation -- Commercial Items,
applies to this acquisition with the following evaluation criteria to
be included in paragraph (a): (i) technical capability, (ii) past
performance, and (iii) price. Evaluation will be based also on FAR
clauses 52.219-23 and 52.225-21. Importance of the specific evaluation
criteria is in descending order and will be based on information
submitted in response to this RFQ. It is recommended that information
be included that demonstrates that the item offered meets all of the
solicitation requirements. ADDENDA TO FAR CLAUSE 52.212-2 -- The
Contracting Officer shall award a contract resulting from this
solicitation to the responsible offeror whose offer conforming to the
solicitation will be most advantageous to the Government, technical
capability, past performance, and pricing factors considered. FAILURE
TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR SHALL
RENDER YOUR OFFER NON-RESPONSIVE. 1) TECHNICAL CAPABILITY OF THE FIRM.
Technical capability will be based on product literature, technical
features and warranty provisions. Each offeror is required to submit
warranty information, descriptive literature or other documentation,
manufacturer or brand name and model of the item, and show how the
offered product meets or exceeds the requirements as specified in the
Specifications. 2) PAST PERFORMANCE. Past performance history may be
based on the Contracting Officer's knowledge of any previous history of
sterilizer purchases, customer surveys or any other verifiable
information available to the Contracting Officer. In order to be
considered for a contract award, Contractors shall provide a list of
five (5) contracts of a similar nature and complexity that were awarded
within the past five (5) years or that is/are currently in force. This
information must be submitted with your quotation. For each contract,
list the following: A. Name, address, and telephone number of the
contracting organization, the Government's Project Officer and
Contracting Officer. B. Contract number, type, and dollar value. C.
Date of contract and period of performance. D. List any contract(s)
terminated for convenience or default (partial or complete) within the
past three (3) years. Include the contract number, name, address, and
telephone number of the terminating officer. 3) PRICE. Price shall be
based on the overall cost of the unit including shipping,
installation, and any options. Offerors shall include a complete copy
of the provision at FAR 52.212-3, Offeror/Representation and
Certifications-Commercial Items, with its offer. These provisions and
clauses can be located at the Internet site http://www.ARNet.gov/far.
FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies
to this acquisition. The following terms and conditions are added as an
addendum to FAR 52.212-4: Item (a) Inspection and Acceptance is amended
to include: AGAR 452.246-70, Inspection and Acceptance (Feb 1988).
Inspection and Acceptance shall be performed at the USDA, ARS, NAA,
Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, PA
19038. Item (g) Invoice is amended to include the following: The
invoice shall be submitted in an original and one copy. A separate
invoice may be submitted upon delivery of the items, installation
and/or training. The Invoice shall be mailed to: USDA, ARS, NAA,
Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, PA
19038, Attn.: Lisa Botella. Item (o) Warranty is amended to include the
following: A standard commercial warranty is the expected minimum
warranty required. The contractor is required to submit a copy of all
warranty information with its offer. The Contractor shall extend to the
Government the full coverage of any standard commercial warranty
normally offered in a similar commercial sale, provided such warranty
is available at no additional cost to the Government. Acceptance of the
standard commercial warranty does not waive the Government's rights
under the Inspection clause nor does it limit the Government's rights
with regard to the other terms and conditions of this contract. In the
event of conflict, the terms and conditions of the contract shall take
precedence over the standard commercial warranty. FAR 52.212-5,
Contract Terms and Conditions Required to Implement Statues or
Executive Orders-Commercial Items, applies to this acquisition. The
following FAR clauses cited in 52.212-5 are applicable to this
acquisition for supplies, 52.203-6, Restrictions on Subcontractor Sales
to the Government; 52.219-23, Notice of Price Evaluation Adjustment for
Small Disadvantaged Business Concerns; 52.222-21, Prohibition of
Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35,
Affirmative Action for Disabled Veterans and Vietnam Era Veterans;
52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37,
Employment Reports on Disabled Veterans and Veterans of the Vietnam
Era; 52.225-3, Buy American Act Supplies; 52.225-21, Buy American Act
North American Free trade Agreement Implementation Act Balance of
Programs (JAN 1997); 52.232-33, Payment by Electronic Funds
Transfer-Central Contractor Registration (MAY 1999);
52.247-64,Preference for Privately Owned U.S.-Flag Commercial Vessels
(JUN 1997); FAR Clause 52.212-5 is amended to include the following
clauses by reference: 52.243-1, Changes Fixed Price (AUG 1987);
52.214-34, Submission of Offers in English Language; 52.214-35,
Submission of Offers in U.S. Currency; 52.247-35, F.O.B. Destination,
within Consignee's Premises(APR 1984). Delivery shall be not later than
120 days after receipt of the order. The SIC Code is 3821 (NAICS is
339111) with a business size of 500 employees. Responses to
Solicitation No. 36-3615-99 are due by 4:00 p.m. local time, on
September 10, 1999, at the USDA, Agricultural Research Service,
Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. The
point of contact for this acquisition is Lisa Botella, Contracting
Officer, (215) 233-6551, or fax (215) 233-6558. Posted 08/20/99
(W-SN370606). (0232) Loren Data Corp. http://www.ld.com (SYN# 0290 19990824\66-0014.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|