SOLICITATION NOTICE
66 -- STERILIZER - Package #1
- Notice Date
- 7/16/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Midwest Area, Area Office, 1815 N. University Street, Peoria, Illinois, 61604, United States
- ZIP Code
- 61604
- Solicitation Number
- AG-3S2D-S-12-0018
- Archive Date
- 8/14/2012
- Point of Contact
- HURON VIRDEN,
- E-Mail Address
-
huron.virden@ars.usda.gov
(huron.virden@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- ATTACHMENT 1, AGAR ADVISRORY 104 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-32SD-S-12-0018 and is issued as a request for quotation and incorporates provisions and clauses that are in effect through FAC 2005-59. The NACIS code applicable to this acquisition is 334516. The small business size standard is 500 employees. The procurement is sent aside for small business. The USDA, ARS has a requirement for a Sterilizer and Electronic Control; Consolidated Model SR-24A-ADVP or equivalent with chamber size 24" x 24" x 36". The sterilizer must have the following accessories: Chamber/Jacket Material: Standard - 316L Stainless Steel Chamber, Carbon Steel Jacket *Air Removal Method: Gravity Air Removal *Paneling Configuration: Standard - Stainless Steel Cabinet Mounting *Shelving Configuration: Standard - Stationary Bottom Shelf and Upper Shelf with 1 Angle Shelf support in the center *House Steam Allen-Bradley Micrologix PLC Control System Touchscreen 3" Monochrome Display with Push Button Control Alpha Numeric Impact Printer Surge Suppressor for Controls Emergency Manual Override Internal Pressure Door Lock ASME (American Society of Mechanical Engineers) U-1 Code Stamping 1/2" Thermocouple Port Electrical Specifications: Controls - 110 Volts, 1Phase UL, cUL Listed Hinged, Fully opening, manual door Radial arm door with solid silicone gasket Hinge Location - Right when facing sterilizer door. Automatic Wastewater Cooling System to Bring Temperature of Waste to 140 Degrees F The Sterilizer must include the added Options: De-Installation of existing unit (Consolidated Steam Sterilizer MARK II, Model # SR-24B, serial Number 121195. This includes, unhooking power, steam, and cold water lines. The unit needs to be moved to a temporary location in the same area (hallway). Installation: including uncrating, final connections, start up and training. *Air Removal Method: Economy Post-Vacuum System *Liquid Cycle Enhancement: Automatic Jacket Blowdown The Sterilizer must have very important added safety feature of a double shaft door, for increased safety to operators. The sterilizer shall also have a solid-silicone gasket. The sterilizer must have Consolidated's ADV-PB TM controller Features or equivalent. The ADV-PB TM sterilizers must offer the highest reliability as well as simplicity by design. It should be ideal for high-volume facilities with multi-tasking scientists and busy graduate students; these sterilizers utilize industry-standard cycles: gravity and liquid with post vacuum drying. All cycles should include an initial conditioning or purge phase for air removal. The sterilizer must offer state-of-the-art technology to assure dependable and economic performance. The entry-level control system configuration must allow technicians to operate the unit without advanced knowledge of sterilization. The ADV-PB TM sterilizer must feature the proven Allen-Bradley® MicroLogix TM PLC or equivalent with push-button controls and a 6" monochrome touchscreen that allows users to easily view cycle status, time remaining and chamber temperature. Although cycle parameters can be easily changed through touchscreen data entry, the controller automatically stores the last gravity and liquid cycles, making it easy to run repeat cycles without re-entering parameters. An alphanumeric impact printer provides cycle documentation. A post-vacuum option allows enhanced drying. All control components are contained within the hinged control column for easy servicing using locally available open source parts The Sterilizer must have the overall dimensions: 46.375" width X 42"length X 71" high. Area and hookups available for installation: Space 47" width X 80" length X 74 "high. Hose steam line: ¾" diameter. Cold water line: ½" copper tube. Electrical line: 110 V. The equipment will be used for sterilizing food grade materials, gels, glassware, and plastic ware. 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, 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) Offerors shall include a completed copy of the provision s FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.acquisition.gov/comp/far/loadmainre.html. 4) Offerors shall also include a signed copy of AGAR Advisory 104, referenced in attachment 1. 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 provision and clauses apply to this acquisition and can be found in full test at http://www.acquistion.gov/comp/far/index/html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instruction to Offerors Commercial Items; FAR 52.212-2, Evaluation-Commercial Items, FAR 52.212-3, Offeror Representations an Certifications Commercial Items (provide with Quote), FAR 52.204-7, Central Contractor Registration (ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IN ORDER TO RECEIVE AN AWARD). The website address for registration is: http://www.ccr.gov and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.212-4, Contract terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this acquisition, reference attachment 3. The FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html DELIVERY: FOB Destination. Deliver to USDA, ARS, Stoneville; Mississippi. 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 60 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 are required to register or update their registration at the Online Representation and Certification Application website at http://orca.bpn.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 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 no later than COB 4:00 p.m. central standard time, July 30, 2012. Quotations are to be addressed to Huron Virden, Contract Specialist, USDA, ARS, MSA, P. O. Box 225, 141 Experiment Station Road, Stoneville, MS 38776-0225 or by email to huron.virden@ars.usda.gov or facsimile to (662)686-5468 if desired. Additional information may be obtained by contacting the Contracting Officer at (662)686-5388.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-3S2D-S-12-0018/listing.html)
- Place of Performance
- Address: USDA, ARS, MSA, P. O. Box 225, 141 Experiment Station Road, STONEVILLE, Mississippi, 38776-0225, United States
- Zip Code: 38776-0225
- Zip Code: 38776-0225
- Record
- SN02804546-W 20120718/120716235801-5fd7e5d7adc7e61621cb5cc0b5673b9f (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 |