Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2018 FBO #6138
SOLICITATION NOTICE

65 -- STEAM STERILIZER

Notice Date
9/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, MEDCOM, North Atlantic Regional Contracting Office, 8901 Rockville Pike, Bldg 54, Bethesda, Maryland, 20889, United States
 
ZIP Code
20889
 
Solicitation Number
W91YTZ-18-Q-0264
 
Archive Date
10/2/2018
 
Point of Contact
Deneith Graves, Phone: 7067872211
 
E-Mail Address
deneith.graves.civ@mail.mil
(deneith.graves.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued and is expected to result in the award of a firm-fixed price requirement type contract. The resulting award will be made on SF 1449, for commercial supplies and services. Solicitation number W91YTZ-18-Q-0264 is issued as request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100 and DPN 20171228 current as of 28 December 2017. This acquisition is UNRESTRICTED, under size standard 750 and NAICS code 339113. The Government anticipates awarding a single award for Steam Sterilizer, Reverse Osmosis Unit and accessories. Location of this requirement is US Army Aeromedical Center, Fort Rucker, AL 36362. Vendor must deliver within 8 weeks of purchase order. This requirement is a one-time buy. All responsible Small Businesses offers may submit a quotation which will be considered by the agency. Item No. 0001: STEAM STERILIZER 2 EACH Single door opening, auto vertical sliding door (front loading and unloading) Chamber -minimum of 316L stainless, jacket minimum 304 stainless Internal dimensions approximately 20inches x20inches x38inches. Each chamber must have a rack, a one or two shelf option (316 stainless steel) free standing with SS cabinets. Capable of producing its own stem via an electric generator with automatic capabilities, independent of house stem. System dimensional space available 68 inches (depth) x 114 inches (width) x 80 inches (height). The footprint of the sterilizers must allow access for routine maintenance. Cycles-combination pre-vacuum/gravity. Integral printer that documents cycle performance. On-site training 1 year maintenance support. Unit Price: _______________________ Total: ______________________ Item No. 0002: Installation/De-installation 2 EACH Vendor shall make all necessary utility disconnections, removal and transport equipment included with its de-installation services. Installation includes all necessary labor and materials required to uncrate, set-in-place and assemble vendor equipment. Vendor also includes with its installation services an operational check-out test, start-up test, and any necessary adjustments. A demonstration of the equipment for appropriate facility personnel. Unit Price: _______________________ Total: ______________________ Item No. 0003: One Year Maintenance 2 EACH One year Preventive Maintenance, and quarterly preventive inspections Unit Price: _______________________ Total: ______________________ Item No. 0004: Reverse Osmosis Water Treatment System 1 EACH Delivery system and wall mounted processor footprint approximately 85 inches (width) x 36 inches (depth) x 65 inches (height) Room dimensions 116 inches (depth) X 80 inches (width) x 94 inches (height) One year parts and labor Delivery system with 40-60 gallon float tank Output of 500-800 gallons per day. Unit Price: _______________________ Total: ______________________ Item No. 0005: Polyphosphate Feeder 2 EACH Polyphosphate Feeder Unit Price: _______________________ Total: ______________________ Item No. 0006: Labor Cost and Truck Rental 1 Lot Labor cost and truck rental Unit Price: _______________________ Total: ______________________ Grand Total: ______________________ The following FAR Clauses and Provisions in their latest editions apply to this solicitation. 52.212-1 Instructions to Offers -Commercial Items JAN 2017 Addendum to FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-1 is hereby amended to reflect the changes shown below: Para (b) Submission of offers All offerors must be registered in the System for Award Management (SAM) prior to award, and lack of registration shall make an offer ineligible for award. Offerors may obtain information on registration Internet at https://www.sam.gov. Or the SAM Help desk at https://www.fsd.gov. THE SOLICITATION MUST BE QUOTED ALL OR NONE. To be delivered FOB Destination to: US Army Aeromedical Center, Building 301 Andrews Ave Fort Rucker, AL 36362. All questions shall be submitted via email no later than 12:00PM EST September 14, 2018 to deneith.graves.civ@mail.mil. Responses will be posted to the Federal Business Opportunities website. Proposals are being accepted via email only. All responsible sources should submit proposals to Deneith Graves via e-mail: deneith.graves.civ@mail.mil by September 17, 2018, 12:00 PM EST. (n) the non-Far Part 12 discretionary FAR, DFARS, AFARS and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained. Cover email shall include: Data Universal Numbering System (DUNS) / CAGE Code, Point of contact for individual authorized to enter in to discussions to include phone and email. All offers must request verification by email to Deneith Graves Email: deneith.graves.civ@mail.mil to confirm receipt of their proposal was received by the time specified in the solicitation. The Government will not be responsible for any failure of transmission or receipt of the offer, or any failure of the offeror to verify receipt of the emailed offer. Instructions for the Preparation of Proposals The technical information required for evaluation purposes shall not exceed 15 pages. Each page shall be numbered. The proposal shall be prepared in two (2) separate volumes as indicated below. •· Volume I- Technical •· Volume II-Pricing VOLUME I - TECHNICAL The technical proposal, Volume I, shall be addressed in sufficient written detail for the Government to determine if the offeror understands this aspect of the Government's requirement. The offeror shall address each factor separately, and shall provide sufficient narrative and supporting data for each factor. Lack of any of these significant capabilities shall be considered sufficient cause for the proposal to be determined unacceptable. The Technical Proposal shall provide sufficient detail for the Government to determine whether the proposal acceptably meets the requirements of the solicitation. Statements that the offeror understands, can or will comply with all specifications, or statements paraphrasing the specifications of parts thereof, or phrases such as "standard procedures will be used" or "well-known techniques will be used" will be considered unacceptable. The technical proposal shall provide a narrative and supporting data with the following sections organized separately so that the evaluation factors listed below are included. VOLUME II - PRICING Assessment of price reasonableness based on comparison to market prices. a. The offeror shall submit proposed pricing for all contract Line Item Numbers identified in the Request for Quote, unless otherwise noted. The offeror shall limit their unit and extended prices to two (2) decimal places (example: $158. 03 ). b. The offeror shall submit pricing total for the grand total. CLAUSES INCORPORATED BY REFERENCE 52.203-2 Certificate of Independent Price Determination APR 1985 52.203-11 Certification and Disclosure Regarding Payment To Influence Certain Federal Transactions SEP 2007 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.222-22 52.222-46 Previous Contracts And Compliance Reports Evaluation of Compensation for Professional Employees FEB 1999 FEB 1993 52.223-1 52.225-25 Bio Based Product Certification Prohibition on Contracting with Entities Engaging In Certain Activities or Transactions Relating to Iran-Representation and Certification MAY 2012 OCT 2015 Incorporated by Full Text 52.209-2 52.209-7 Prohibition on Contracting with Inverted Domestic Corporations-Representations Information Regarding Responsibility Matters NOV 2015 JUL 2013 52.209-11 52.215-20 Representation by Corporations Regarding Delinquent Tax Liability or A Felony Conviction Under Any Federal Law Requirements For Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Date (OCT 2010) Alternative IV (OCT 2010) FEB 2016 52.216-1 Type of Contract: Firm Fixed Price APR 1984 52.222-25 52.233-2 Affirmative Action Compliance Service of Protest APR 1984 SEP 2006 52.252-1 (FEB 1998), Solicitation Provisions Incorporated by Reference: The full text of a solicitation provision may be accessed electronically at this/these address (es): www.farsite.hill.af.mil or www.arnet.gov/far. 52.252-5, Authorized Deviations in Provisions (APR 1984): (b) the use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.203-7005 Representation Relating to Compensation of Former DOD Officials NOV 2011 252.204-7008 252.204-7011 252.213-7000 252.215-7007 252.215-7008 252.222-7007 252.225-7020 252.225-7035 Compliance With Safeguarding Covered Defense Information Controls Alternate Line-Item Structure Notice to Prospective Supplies on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations Notice of Intent to Resolicit Only One Offer Representation Regarding Combating Trafficking in Persons Trade Agreements Certificate Buy American Free Trade Agreements-Balance of Payments Program Certificate-Basic OCT 2016 SEP 2011 JUN 2015 JUN 2012 OCT 2013 JAN 2015 NOV 2014 NOV 2014 52.212-2 Evaluation -Commercial Items OCT 2014 Addendum 52.212-2 (LPTA): Paragraph (a) replaced with the following: Award will be made using the lowest price technically acceptable (LPTA) source selection process. Award will be made to the responsible offeror on the basis of the lowest evaluated price, technical acceptable of proposals meeting or exceeding the acceptability standards for non-cost factors. Award may be made without discussions with offerors (except communications conducted for the purpose of minor clarification). Therefore, each initial offer should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the contracting officer to be necessary. The Government will award a Firm Fixed Price contract resulting from this solicitation to the responsible Offer whose offer conforming to the solicitation will be the most advantageous for the Government, price and other factors considered. In order to be considered for award, an Offeror must receive an Acceptable rating in all factors. The following factors shall be used to evaluate: Technical and Price Award will be made based on lowest price, technically acceptable proposal. (a) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contractor without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FACTOR: Volume I TECHNICAL - Technical capability ratings reflect the Government's confidence in each vendor's item, as demonstrated in its submission, to meet salient characteristics set forth in the solicitation. The Government will make an independent judgement of the acceptability. To receive consideration for award, a rating of no less than acceptable must be achieved in technical acceptability. No pricing information should be included in this volume. a. Contractor shall provide literature that fully illustrates technical capabilities of equipment. b. Contractor shall provide specifications, drawing pertaining to installation of all equipment. c. Contractor shall provide, Delivery, Installation and De-installation Date - Provide in writing, documentation of how your company plans to meets the delivery, installation and de-installation i.e., uncrating at the installation site, as well as final set up/placement of equipment, perform final utility connections, remove associated debris, perform start-up, final check and demonstration of equipment. d. Vendor shall provide warranty, preventive maintenance and inspections package and optional warranty, preventive maintenance and inspections package. Technical will be evaluated as either Acceptable or Unacceptable. Best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. Definitions are as follows: ACCEPTABLE: To be rated acceptable, the offeror's technical proposal must demonstrate it can meet all Salient characteristics set forth herein. UNACCEPTABLE: an unacceptable rating will be assessed on any vendor that presents items that demonstrate any of the following: •1. A technical proposal that fails to demonstrate it can meet one or more requirements will be determined unacceptable. •2. Failure to provide detail for the Government to determine whether the items satisfactorily meet the requirements of this combine/synopsis solicitation. FACTOR Volume II: PRICE Price will be evaluated separately from Technical and will be evaluated for fairness and reasonability. The offeror shall complete the CLIN structure with a total cost covering each contract line item. This information will be used to assist in the price analysis as required by FAR 15.404-1(b). 52.212-3 Offeror Representations and Certifications--Commercial Items (JAN 2017) Alternate I OCT 2014 CLAUSES INCORPORATED BY REFERENCE 52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017 52.212-4 ADDENDUM (w) the non-FAR Part 12 discretionary FAR, DFARS, AFARS, and Local clauses herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.203-6 Restrictions on Subcontractor Sales to the Government-Alternate I SEP 2006 52.203-12 Limitation on Payments to Influence Certain Federal Transactions OCT 2010 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights APR 2014 52.204-4 Printed or Copied on Double-sided Post Consumer Fiber Content Paper MAY 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2016 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.209-6 52.209-9 52.219-9 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment Updates of Publically Availability Information Regarding Responsibility Matters Small Business Subcontracting Plan OCT 2015 JUL 2013 JAN 1999 52.222-3 52.222-19 Convict Labor Child Labor-Cooperation With Authorities and Remedies JUN 2003 JAN 2014 52.222-21 Prohibition Of Segregated Facilities APR 2015 52.222-26 Equal Opportunity SEP 2016 52.222-35 Equal Opportunity For Veterans OCT 2015 52.222-36 Equal Opportunity for Workers with Disabilities JUL 2014 52.222-37 Employment Reports on Veterans OCT 2015 52.222-50 Combating Trafficking in Persons MAR 2015 52.222-54 Employment Verification OCT 2015 52.223-2 Affirmative Procurement of Bio based Products Under Service and Construction Contracts SEP 2013 52.223-3 Hazardous Material Identification and Material Safety Data JAN 1997 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.224-1 Privacy Act Notification APR 1984 52.224-2 Privacy Act APR 1984 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.228-5 Insurance-Work on A Government Installation JAN 1997 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.242-5 52.242-13 Payment to Small Business Subcontractors Bankruptcy JAN 2017 JUL 1995 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7003 252.209-7004 252.219-7003 Control Of Government Personnel Work Product Subcontracting With Firms That Are Owned Or Controlled By the Government of A Country That is A State Sponsor of Terrorism Small Business Subcontracting Plan (DOD Contracts) APR 1992 OCT 2015 MAR 2016 252-225-7002 252.225-7012 252.225-7021 Qualifying Country Sources as Subcontractors Preference for Certain Domestic Commodities Trade Agreements AUG 2016 FEB 2013 SEP 2016 252.225-7048 252.226-7001 Export-Controlled Items Utilization of Indian Organizations, Indian-Owned Economic Enterprises, And Native Hawaiian Small Business Concerns JUN 2013 SEP 2004 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area Workflow Payment Instructions MAY 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustments DEC 2012 Incorporated in Full Text 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations NOV 2015 (End of clause) 52.219-28 Post Award Small Business Program Representation JUL 2013 52.222-40 Notification of Employee Rights Under the National Labor Relations Act DEC 2010 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): www.farsite.hill.af.mil. (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2 ) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.204-7015 Disclosure of Information to Litigation Support Contractors MAY 2016 252.244-7000 Subcontracts for Commercial Items and Commercial Components JUN 2013 252.247-7023 252.247-7024 Transportation of Supplies by Sea-Basic Notification of Transportation of Supplies By Sea APR 2014 MAR 2000 End of Additional FAR and DFARS clauses Incorporated in Full Text 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation 2013-O0019) JAN 2017 IRAPT- Invoice, Receiving, Acceptance and property Transfer-formerly known as WAWF HIPPA-Health Insurance Portability and Accountability Act (7 July 2014) TFMC-Tobacco Free Medical Campus LEIE (October 2015)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-18-Q-0264/listing.html)
 
Place of Performance
Address: Eisenhower Army Medical Center, Fort Gordon, Georgia, 30905, United States
Zip Code: 30905
 
Record
SN05084170-W 20180913/180911231425-87e89289fbe8c2172e9380408cce7f9d (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.