SOLICITATION NOTICE
65 -- Medical Waste Steam Autoclave Sterilizer - RFQ 10TC0303 & Atchs 1-3
- Notice Date
- 4/20/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562213
— Solid Waste Combustors and Incinerators
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
- ZIP Code
- 78236-5253
- Solicitation Number
- 10TC0303
- Archive Date
- 5/25/2010
- Point of Contact
- Florence A. Taplin, Phone: 2106715009, Cathy E. Garcia, Phone: 2106714151
- E-Mail Address
-
florence.taplin.1@us.af.mil, cathy.garcia@us.af.mil
(florence.taplin.1@us.af.mil, cathy.garcia@us.af.mil)
- Small Business Set-Aside
- HUBZone
- Description
- RFQ 10TC0303 and Attachments 1-3 REQUEST FOR QUOTE SOLICITATION NUMBER 10TC0303 Quotes due by Monday, 10 May 2010 at 1600 hours Central Standard Time (CST) The quote shall be valid through 30 Jun 2010 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate Request for Quote (RFQ) will not be issued. The solicitation number is 10TC0303 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-38 and DFARS change notice 20100305. This purchase is 100% Hub Zone. The NAICS code is 562213 and the size standard is $12,500,000.00. This is requirement is for purchase of Medical Waste Steam Autoclave Sterilizer. Please state discount terms and note your warranty information. 2. Company Info: Please provide the following information: Company Name: DUNS # Required Cage Code Number: POC: Tel: E-Mail Address: Tax ID#: ________________________ FOB: Payment Terms: Delivery Date: 3. Bid Schedule. The contractor will be required to complete performance (including installation) 100 - 120 days after receipt of order (ARO). The Contract Line Items pricing structure in the Bid Schedule below is based on a Firm-Fixed Price. All overhead costs along with Other Direct Costs, must be included in the unit price. Please complete the unit price/extended amount/total cost and terms below: Item Description Quantity Unit Unit Price Total Cost 0001 Medical Waste Gravity Steam Sterilizer 1 EA $ $ 0002 Autoclave Carts with Heat Resistant Casters 3 EA $ $ 0003 Hydraulic Cart Lift 1 EA $ $ 0004 Hydraulic Cart Dumper with Hand Rails and Safety Gate 1 EA $ $ 0005 Touch Screen PLC Digital Controller 1 EA $ $ 0006 Hydraulic Door Lock / Unlock 1 EA $ $ 0007 MC Vapor Mist Ordor Control System 1 EA $ $ 0008 Set of Drawings 1 EA $ $ 0009 Installation 1 JB $ $ 0010 Freight ! EA $ $ TOTAL $ GENERAL DESCRIPTION: Medical Waste Steam Autoclave Sterlizer is the most widely used and most efficient alternative medical-waste-treatment technology. The sterilizer are designed to handle both biohazard and normal hospital wastes simultaneously. In Sterilzer's, the effects of heat from saturated steam and increased pressure decontaminate medical waste by inactivating and destroying microorganisms. There are two types of medical waste steam autoclaves, gravity displacement and pre-vacuum. Those designed for medical waste are mostly gravity displacement. STATEMENT OF WORK: 1. BACKGROUND The 59th Medical Wing, Wilford Hall Medical Center is located on Lackland AFB, Texas. As the Air Forces' largest medical center, the facility generates large quantities of medical waste. In order to comply with Federal and State standards, the facility needs to purchase a new medical waste steam sterilizer. This Statement of Work (SOW) outlines the facilities requirements for the procurement of a new unit. 2. REQUIREMENTS The 59th Medical Wing requires one (1) Medical Waste Steam Sterilizer which meets the following requirements: - The sterilization cycle must comply with State of Texas sterilization requirements. The requirements are outlined in Texas Administrative Code (Attachment 1) Title 25, Part 1, Chapter 1 Subchapter K, Rule 1.136, Definition, Treatment, and Disposition of Special Waste from Health Care-Related Facilities. - The Sterilizer must have a gravity cycle that meets one of the following guidelines; o Not less than 250° F (121° C) temperature @ 31 psig pressure use at residence time not less than 60 minutes. o Not less than 275° F (135° C) temperature @ 31 psig with a residence time not less than 45 minutes. o Not less than 300° F (147° C) temperature @ 52 psig with residence time not less than 30 minutes - The Sterilizer should be capable of processing at least 3.75 cubic yards/565 pounds of medical waste per load. - The Sterilizer should consist of a single interior chamber/unit, which can be placed/mounted on the existing concrete pad 55'2" x 40' (Attachment 2). - Interior chamber/unit design shall be round to allow for enhanced heat distribution and condensation roll-off to the drain. Chamber must be sized to process 500 lbs or greater per load and accept autoclave carts. - The Sterilizer shall be American Society of Mechanical Engineers (SME) rated for use as a Sterilizer. - The Sterilizer shall be stainless steel, to minimize aging, since the unit will be located on existing concrete pad (55'2" x 40') with limited protection from the environment. - Provide a lift system (hydraulic/electrical/mechanical) to assist with loading/unloading autoclavable carts into the interior chamber/unit. - Provide a cart moving system to facilitate movement of a processed cart from the medical wasted, steam sterilizer to the opening of a commercial trash compactor with the dimensions of outside 41.5" x 55" and inside 40" x 41". - Provide a hydraulic cart dumper with hand rails and safety gate. - Provide three autoclavable carts capable of being loaded in the interior chamber/unit and sized to work with the existing trash compactor (outside 41.5" x 55" and inside 40" x 41"). - Provide hydraulic sterilizer door with lock/unlock mechanism - Automated control system and operators panel. The automatic control allows a one button start of waste sterilization process which can then be recorded to document sufficient time and temperature standards are met. Operators control panel is used to begin the sterilization process, monitors cycle results and unit diagnostics. Panel can typically be locked. - Sterilizer must be equipped with an automated paper recording system to document pressure/temperature reached during cycles run. - Provide a vapor mist odor control system to control odors given off by items being sterilized. - Sterilizer should be able to utilize existing utilities available on site: o Hot and cold water o Drainage pipe: 1.5 inches in size o Steam: 65 Pounds per square inch. o Electrical: 480VAC, 3Ph, 30 amp and 120 VAC, 15 amp. o Space: 52'2 inch by 40 foot concrete pad. - Sterilizer needs to be permanently anchored to the existing concrete pad. - Contractor shall deliver, uncrate, set in place, assemble unit, hook up utilities, operational check out, test and make any necessary adjustments to make the unit operational. - Contractor's installation will include any site modifications to existing utilities required to place the unit into operation. - Contractor will comply with all requirements outlined in the 59th MDW Pre-Construction Guide (Attachment 3). - Provide 2 copies of all operators' manuals/service manuals. 3. DELIVERABLES Delivery of the Medical Waste, Steam Sterilizer shall be 100 to 120 days from date of contract award. Installation should be accomplished within five days. Contractor will deliver one Medical Waste, Steam Sterilizer that meets the above specifications to the following address: 59th Medical Wing 2200 Bergquist Lackland AFB, Texas 78236   4. TRAINING At completion of installation, the contractor will provide operator training on how to properly operate the system. 5. GENERAL INFORMATION 5.1. QUALITY ASSURANCE. The government will evaluate the contractor's performance by appointing a representative to monitor performance to ensure equipment is installed properly. The government representative will be a staff member assigned to the Technology Assessment and Integration Office, Biomedical Engineering Flight. The government representative will evaluate the contractor's performance through intermittent on-site inspections. 5.2. HOURS OF OPERATION. The contractor shall perform the installation between 0700 and 1600 hrs Monday thru Friday. 6. GOVERNMENT FURNISHED PROPERTY AND SERVICES The government will provide utilities defined in section two of this SOW and terminate them at the valve or breaker box. It is the contractor's responsibility to provide materials and make the final connection of utilities. 7. SITE VISIT The Government will host a site visit Wednesday, 28 Apr 2010 @ 1000 am CST. Request prior coordination in order to obtain visitor pass. If attending the site visit please provide the following information on company letterhead by Wednesday, 23 Apr 2010 no later than 1600 pm CST. NAME: DOB: DRIVER'S LICENSE #: PASS DATE: 04/28/2010 TIMES: 0930 - 1130 COMPANY: PURPOSE: Site Visit for Solicitation # 10TC303 The site visit will be at no cost to the government. 4. Basis for Award. 802d CONS will issue a purchase order to the quoter who is determined to offer the Best Value to the Government for the Medical Waste Steam Sterilizer. To be eligible to receive an award resulting from this RFQ, contractors must have current registration in the DoD Central Contractor Registration (CCR) at http://www.ccr.gov and Online Representations and Certifications Application (ORCA) database at http://orca.bpn.gov. If 52.212-3, Offeror Representations and Certifications--Commercial Items have been completed online at http://orca.bpn.gov, 5. Best Value Evaluation. FAR 52.212-2 Evaluation of Commercial Items (Jan 1999) applies. For this procurement, the Best Value determination will be made based on a Lowest Price Technical Acceptable (LPTA) approach. (a) Technical Acceptability: The Government will first evaluate the Technical Acceptability of all timely quotes. Vendors shall quote on all line items in the Bid Schedule. Any response/quotation that fails to cite a price for each item or fails to make an entry that indicates line item will be provided at no charge will be rejected as Technically Unacceptable. A vendor's quote/response will be determined technically acceptable if it meets the requirements of this paragraph and the following factor is determined Technically Acceptable. Any quote that fails to meet the requirements of this paragraph or is rated technically unacceptable in the factor below will be technically unacceptable overall and will be ineligible for award. (i) Factor 1: Technical Evaluation. In order to be determined Technically Acceptable for this factor, vendors must provide a quote on the line items that meets salient characteristics. The descriptive literature must demonstrate how the proposed product meets the salient characteristics listed in CLINs 0001 through 0010 and the SOW. Failure to include such descriptive literature with the quote will render the quote technically unacceptable. The agency will evaluate the proposed product by comparing its salient characteristics listed in the descriptive literature with the salient characteristics provided. The agency will accept only those proposed product items whose characteristics match those of the salient characteristics. (b) Price Evaluation: Next, the Government will conduct a price evaluation of all Technically Acceptable quotes. The price evaluation will consist of a comparison of all Technically Acceptable quotes submitted with each other. Prices will be ranked by total evaluated price. 6. Response to RFQ: Must be submitted via fax 210-671-0674 or email to florence.taplin.1@us.af.mil not later than 10 May 2010, by 1600 hours (CST). Local to the 802d Contracting Squadron/LGCC-C, 1655 Selfridge Ave, Lackland AFB, TX 78236-5286. Submit written offers (oral offers will not be accepted). 7. Late Quotes/Responses. Contractors are responsible for submitting their responses by Monday, 10 May 2010 at 1600 hours Central Standard Time (CST) in order to be considered timely. If the vendor is emailing their response directly in accordance with paragraph 6 above, then that email must be sent to florence.taplin.1@us.af.mil by the due date specified. Any quote, modification, revision, or withdrawal of a quote received after the exact time specified for receipt of quotes is "late" and will not be considered unless, it is the only quote received. 8. Terms, conditions and requirements unique to DoD or the Air Force: The following clauses and provisions are applicable to this RFQ: FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, Addendum to FAR 52.212-4, Changes to Terms and Conditions, FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.219-6 Notice of Small Business Set Aside, FAR 52-232-33, Payment By Electronic Funds Transfer-Central Contractor Registration, and DFARS 252-204-7004, Alt A, Required Central Contractor Registrations, DFARS 252-212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-41 Service Contract Act of 1965, as amended, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, FAR 52.252-6 Authorized Deviation in Clauses, FAR 252.204-7004 Required CCR Registration, DFARS 252.232-7003 Electronic Submission of Payment Request. The full text of these clauses may be accessed electronically at http://farsite.hill.af.mil. 9. Discussions. The Government intends to award without discussions with respective vendors/quoters. The Government, however, reserves the right to conduct discussions if deemed in its best interest. 10. If you have any questions, contact the Buyer, Ms Florence Taplin, at (210) 671-5002 or via e-mail at florence.taplin.1@us.af.mil or the Contracting Officer, Ms. Cathy Garcia, at (210) 671-4151 or via email at cathy.garcia@us.af.mil. The fax number is (210) 671-0674. CATHY GARCIA Contracting Officer ATTACHMENTS: 1. Texas Administrative Code 2. Drawing of Existing Concrete Pad 3. Wilford Hall Pre-Construction Guide
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/10TC0303/listing.html)
- Place of Performance
- Address: 59th Medical Wing, 2200 Bergquist Dr, Lackland AFB, Texas, 78236, United States
- Zip Code: 78236
- Zip Code: 78236
- Record
- SN02126485-W 20100422/100420234659-3f3708a9fdbaaf0a05539721e04f41d3 (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 |