COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 18, 2001 PSA #2938
SOLICITATIONS
34 -- STAINLESS STEEL CAGING
- 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-0072
- Response Due
- September 28, 2001
- Point of Contact
- David Denton, 301-295-3068, Fax: 301-295-1716
- Description
- The Uniformed Services University of the Health Sciences (USUHS), Bethesda, MD requires Animal Caging Equipment, Brand name or Equal to equipment available from Allentown Caging Equipment Company, Inc., Route 526, P.O. Box 698, Allentown, NJ., for the Department of Laboratory Animal Medicine. This notice is being used as Request for Quotes for four Contract Line Items as follows: CLIN 0001- Dog/Swine Enclosure Front Panel, 22 each, Model No. DG8075FP, Salient features are: All stainless steel construction panel shall measure (approximate) 80" Wide x 75 5/8" High and include a 22" swing door with gravity latch and a "J" style trough feeder. Panel will be an all rod design. All structural components should have a homogenous "glass beaded" finish. The units are completely TIG welded for structural strength and integrity. Each panel will include 2 height adjustable legs with non-marking pad. CLIN 0002 -- Dog/Swine Stainless Steel Enclosure Side Panel, Model No. DG9241SP, 18 each, Salient feature are: All stainless steel construction Side Panel shall measure (approximate) 92 " Wide x 41" High and will be mounted on top of existing concrete block half wall and bolted to both the front and rear panels. Sides will be an all rod design (No solid sheet). All structural components will have a homogenous "glass beaded:" finish. The units are completely TIG welded for structural strength and integrity. Each panel will include 2 height adjustable legs with non-marking pad. CLIN 0003 -- Dog/Swine Enclosure Rear Panel, Model No. DG8062RP, 16 each, Salient feature are: All stainless steel construction Rear Panel shall measure (approximate) 80" Wide x 62" High and will be an all rod design (No solid sheet). All structural components have a homogenous "glass beaded" finish. The units are completely TIG welded for structural strength and integrity. Each panel will include 2 height adjustable legs with non-marking pad. CLIN 0004 -- Dog/Swine Enclosure Rear Panel with Door, Model No. DG8062RPD, 4 each, Salient features are: All stainless steel construction Rear panel shall measure (approximate) 80" Wide x 62" High and will be an all rod design (No solid sheet). Unit to be identical to those specified in Item #3 but will also include a 22" swing door with gravity latch. The system shall be delivered and installed at USUHS, 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, excluding Federal holidays; 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). WARRANTY: A standard commercial warranty shall be provided for the software 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 and 52.211-6, Brand Name or Equal, applies to this acquisition. 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 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. 20010918/34SOL002.HTM (W-257 SN50X6S6)
| 34 - Metalworking Machinery Index
|
Issue Index |
Created on September 14, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|