Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2010 FBO #3172
SOLICITATION NOTICE

66 -- PortaCount Pro+ Universal Respirator Fit Testers - Attachment 1

Notice Date
7/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
APHIS-S-10-416499
 
Archive Date
10/12/2010
 
Point of Contact
Carol R. Dingess, Phone: 612-336-3208
 
E-Mail Address
carol.dingess@aphis.usda.gov
(carol.dingess@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
If bid package does not contain completion of CCR and ORCA Registrations, quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offer ineligible for award. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. ***PLEASE RETURN THE FIRST TWO PAGES ONLY WITH BID *** (I) This is a combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. (II) THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. BIDS ARE BEING REQUESTED AND NO OTHER WRITTEN SOLICITATION WILL BE ISSUED. (III) This solicitation document incorporates provisions and clauses which are in effect through the most current Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the website www.arnet.gov/far and http://www.da.usda.gov/procurement/policy/agar_x/agar02/subchaph.html (IV) *Notice of total Small Business Set Aside In accordance with FAR 52.219-6 Under NAICS Code - 423450 (V) 452.219-70 Size Standard and SIC Code Information. SIZE STANDARD AND SIC CODE INFORMATION (NOV 1996) The Standard Industrial Classi-fication Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation are listed below: NAICS CODE - 423450 Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers Size Standard 100 Employees All Responsible Small business sources May Submit a Quotation For Consideration. NOTICE TO LARGE BUSINESS: The USDA buying activity in Minneapolis, MN is committed to participation of Small Business, Small Disadvantaged Business and Women-Owned Small Business in the performance of work under this solicitation and resultant contract. PortaCount Pro+ Universal Respirator Fit Testers (VI) 2 models of PortaCount Pro+ Universal Respirator Fit Testers Total Quantity of 4ea 001 - 2EA 8038-DAC-RESP PortaCount Pro+ Universal Respirator Fit Tester with 2 yr Warranty 002 - 2EA 8038-DAC-N95RESP PortaCount Pro+ Universal Respirator Fit Tester with 2 yr Warranty (VII) DESCRIPTION 2 of the TSI PortaCount 8038 with probed non-disposable respirators The respirators are as follows: MSA Advantage 200 probed 1/2 face Air Purifying Respirator (APR) in Small, Medium, and Large MSA Advantage 420 probed 1/2 face APR in Small, Medium, and Large North 7700 probed 1/2 face APR in Small, Medium, and Large MSA Advantage 1000 probed Full Face APR in Small, Medium, and Large MSA Advantage 3000 probed Full Face APR in Small, Medium, and Large MSA Advantage 4000 probed Full Face APR in Small, Medium, and Large The TSI PortaCount Model 8038 unit would then consist of the Model 8038 PortaCount, portable printer, laptop computer, three (3) pelican cases (2 Model 1610 and 1 Model 1650 Pelican cases) probed 1/2 and full face APR. 2 units would have the same equipment except for the non-disposable respirators which would be substituted by disposable respirators. The disposable respirators would be as follows: 3M 8210 N95 3M 8511 N95 3M 8271 P95 3M 8233 N100 3M 8293 P100 Moldex 2700 N95 Moldex 2630 P100 (VII) FOB DESTINATION DELIVERY ADDRESS: USDA/MRP/EMSSD-RIVERDALE 4700 RIVER ROAD UNIT 124 RM 2A-02.49 RIVERDALE, MD 20737 FOB DESTINATION - All pricing to include any and all costs but not limited to: overhead, general and administrative costs, profit, and transportation (VIII) 52.212-1 Instructions to offers Commercial items applies to this acquisition. (see attachment 1) Also, the full text of a clause may be accessed electronically at this address(es): http://www.acqnet.gov/far/ or http://www.da.usda.gov/procurement/policy/agar_x/agar02/subchaph.html (IX) This is a low priced technically accepted solicitation. The Government will award to the lowest priced offer that meets the specifications and standards outlined in the specifications Please quote all or none. (X) 52.212-3 Offeror Representations and Certifications - Commercial Items Offeror to complete and return the applicable paragraphs at (b) through (k) in clause provisions (Attachment 1 ) 52.212-3, Offeror Representations and Certifications - Commercial Items of this solicitation only, if necessary. Offers shall include 52.212-3 Representations and Certifications, Which may be submitted from the website: http://orca.bpn.gov All offers must be signed. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. Anyone placing a bid with the USDA must be listed in the government's Central Contractor Registrar. You may register on line with www.ccr.gov. or by calling Central Contractors Registration @ 1-888-227-2423 or consult online hand book at http://www.ccr.gov/handbook.aspx CCR HELP DESK - https://www.fsd.gov/app/answers/list Anyone placing a bid with the USDA must also obtain a Dunn and Bradstreet number. If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website:http://fedgov.dnb.com/webform or at ccr.dnb.com/ccr/pages/CCRSearch.jsp. Offers submitted without completion of this provision will be considered nonresponsive. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. Info must be up-to-date-not expired The following Federal Acquisition Provisions apply to this acquisition: (XI) 52.212-4 Contract Terms and Conditions for Commercial Items applies to this acquisition 52.212-5 Contract Terms and Conditions required to implement statutes or executive orders for commercial items applies to this acquisition 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offeror Representations and Certifications-Commercial Items. 52.212-2 Evaluation-Commercial Items 52.216-1 Type of Contract. 452.219-70 Size Standard and SIC Code Information Brand Name Justification IAW with 6.302-1 (XII) BRAND NAME JUSTIFICATION In accordance with 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. (a) Authority. (1) Citations: 10 U.S.C. 2304(c)(1) or 41 U.S.C. 253(c)(1). USDA, APHIS has used and currently owns twenty TSI PortaCount units. USDA, ARS has a unit and the DHS CDP and other organizations also use the TSI PortaCount. The selected TSI PortaCount is intended to comply with current Avian Influenza respirator fit-testing requirements but also is being purchase to comply with future biological and chemical driven respirator fit-testing concerns and/or requirements. The Respiratory Protection Program is critical to APHIS and other personnel. The four new units will be sent to Riverdale where they will be set-up and shipped to the field to fill needs at field locations that currently do not have ready access to a TSI PortaCount. Award for such a highly specialized pieces of equipment and it's components to any other source would require complete replacement of all equipment due to non compatibility with all existing equipment and lack of interchangeability, which would result in unacceptable delays in fulfilling the agency's requirements and substantial duplication of cost to the Government that is not expected to be recovered through such competition. (XIII) Submit emailed quotations to Purchasing Section Carol.Dingess@aphis.usda.gov or fax to (612) 336-3550, Attention Carol Dingess. Quotations are due by August 12, 2010 by 4:00pm Central Time. Simplified Acquisition Procedures will be used per FAR 12. And 14. A firm Fixed Price Purchase order will be awarded. All pricing to include any and all costs but not limited to: overhead, general and administrative costs, profit, and transportation. Please quote all or none.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/APHIS-S-10-416499/listing.html)
 
Place of Performance
Address: USDA/MRP/EMSSD-RIVERDALE, 4700 RIVER ROAD, UNIT 124 RM 2A-02.49, RIVERDALE, Maryland, 20737, United States
Zip Code: 20737
 
Record
SN02223805-W 20100801/100730235008-db88e01d922697ef349f345fd7dd35b8 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.