COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 18, 2001 PSA #2938
SOLICITATIONS
J -- UPGRADE AND RECONDITIONING OF GIRTON CT TUNNEL WASHER AND MODEL 80-0 CAGE/RACK WASHER
- Notice Date
- September 14, 2001
- Contracting Office
- Directorate of Contracting, Uniformed Services University of the Health Sciences, Rm A1040c, 4301 Jones Bridge Road, Bethesda MD 20814-4799
- ZIP Code
- 20814-4799
- Solicitation Number
- MDA905-01-Q-0074
- Response Due
- September 28, 2001
- Point of Contact
- David D. Denton, Contracting officer, (301) 295-3068
- E-Mail Address
- Click here to contract the Contracting Officer (ddenton@usuhs.mil)
- Description
- The Uniformed Services University of the Health Sciences (USUHS),the Department of Defense Medical School and Health Sciences University, Bethesda, MD requires an upgrade to its current Girton Series CT Tunnel Washer (1 each) and Model 80-0 Cage/Rack Washer (2 each), located in the Department of Laboratory Animal Medicine (LAM), to bring it into compliance with operating guidelines for set points of temperature, exposure times and control of effluent pH discharge to the public waste water system to meet requirements of the Washington Suburban Sanitation Commission (WSSC). The WSSC has restricted the discharge of effluent with a pH of more than 10. LAM uses these machines on a daily basis to clean and sanitize animal cages and related equipment. In addition to the above requirement, certain components of the equipment, which was originally installed in 1993, have deteriorated and need to be replaced. This upgrade requires the contractor to provide all material and labor to completely recondition and modify the existing CT Tunnel Washer and Cage Washer. This work may include, but is not limited to: recondition and modifications to the Girton Tunnel Cage Washer, adding pH monitoring and control equipment to control the pH of drain line effluent and shall include a new control system; an effluent reception and treatment system with pH analyzer/controller; pH sensor probe; circulation and sample pump and chemical feed pumps; inter-wired automated controls; and replacement of piping, wiring, controlled components and other ancillary components as needed. Interested contractors capable of doing this work may call the Contracting Officer to schedule a site visit. This notice is being used as Request for Quotes (RFQ) for CLIN 0001, Upgrade of the Girton Series CT Tunnel Washer (1 each) and Model 80-0 Cage/Rack Washer (2 each), as described above. DELIVERABLES: The supplies and equipment needed for the upgrade shall be delivered to and the service upgrade be performed at USUHS, 4301 Jones Bridge Road, Bethesda, MD 20814-4799, and FOB: Destination within 90 days. Delivery shall be made within the hours of 8:00 a.m. to 4:00 p.m., Monday through Friday, excl. Federal holidays, and shall be scheduled with the COR named at the time of award. PACKING and SHIPPING: All items packed and shipped shall have the mailing label addressed as follows: USUHS (complete address) and the contract number (named at the time of award). INSTALLATION: The contractor shall be responsible for the movement of all equipment to installation site. The Contractor shall also perform verification testing and provide technical support for 30 days after the upgrade is completed to ensure proper performance and correction of any equipment malfunctions. Upgrade shall be completed within 30 days after delivery to USUHS and is to be coordinated with the COR (to be named at time of award). SET-UP and TRAINING: The Contractor shall be responsible for performing all start-up operations to ensure the system is fully functional for its intended purpose. The contractor will provide at least one full day of operator training or the standard commercial training within 15 days after completion of upgrade. DOCUMENTATION: Upon completion the contractor shall provide two (2) sets each of all equipment/software manuals for the upgrade Girton CT Tunnel Cage Wash and Cage/Rack Washer. Final payment shall not be made until such documentation is received and accepted by the Contracting Officer. WARRANTY: A standard commercial warranty shall be provided for the upgrade and equipment. 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. The provision of FAR 52-212-1, Instruction to Offerors -- Commercial Items. All offerors are required to submit a completed copy of Addenda to FAR Clause 52.212-1 1) Item (b) Submission of Offers is amended to include the following: Submit your proposal, acknowledgment of amendments (if any), software licensing agreements (if any), descriptive literature for the proposed equipment and software, and the FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, prior to an award. Telegraphic or facsimile offers are not acceptable. Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. The provision at 52-212-1, Instruction to Offerors -- Commercial Items, applies to this acquisition. The provision of FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The following evaluation criteria are included in paragraph (a) of that provision. Addendum to FAR clause 52.212-2. Evaluation Factors for award: Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. Factors that will be considered are Technical capability and price. Technical capabilities are significantly more important than price. Failure to provide the information relative to each evaluation factor may render offer non-responsive. 1) TECHNICAL CAPABILITY: Technical capability will be based on the offerors proposal for upgrading the current system, product literature, technical features and/or warranty provisions. Each offeror is required to submit licensing (if applicable), 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) PRICE: Price includes all equipment, software, software licensing, training, warranty costs, discount terms, and transportation costs. Evaluation is based on best value including cost and ability to meet stated requirements above. Offerors shall submit descriptive literature and drawings detailing features, technical capabilities and warranty data. Technical acceptability will be determined solely on the content and merit of the information submitted response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the quote as meeting technical acceptability. The full text of these clauses may be accessed electronically at this address: http://www.arnet.gov/far/. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items. 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 (JUL 1995); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 1984); 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans (APR 1998); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1999); 52.225-3, Buy American Act Supplies (JAN 1994); 52.225-13 Restrictions on certain Foreign Purchases (FEB 2000); 52.225-21, Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program (JAN 1997); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (May 1999); 52.239-1, Privacy or Security Safeguards (AUG 1996). ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); remit to address if different; and business size. As of 31 May 1999 all Contractors must be registered in the Central Contractor Registration (CCR) Database as a condition for contract award. Contractors may register in the CCR through the World Wide Web at http://www/acq/osd.mil/ec or call the DOD Electronic Information Center at 1-800-334-3414.
- Record
- Loren Data Corp. 20010918/JSOL016.HTM (W-257 SN50X6S5)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on September 14, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|