Maryland Bids > Bid Detail

66--Replacement autoclave for failed Steris unit

Agency: ENVIRONMENTAL PROTECTION AGENCY
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159270072256587
Posted Date: Oct 25, 2022
Due Date: Oct 26, 2022
Solicitation No: SNAPRFQ-HQAD-23-101922-322_
Source: https://sam.gov/opp/a56958b867...
Follow
66--Replacement autoclave for failed Steris unit
Active
Contract Opportunity
Notice ID
SNAPRFQ-HQAD-23-101922-322_
Related Notice
Department/Ind. Agency
ENVIRONMENTAL PROTECTION AGENCY
Sub-tier
ENVIRONMENTAL PROTECTION AGENCY
Office
HEADQUARTERS ACQUISITION DIV (HQAD)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 25, 2022 04:08 pm EDT
  • Original Date Offers Due: Oct 26, 2022 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 24, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    701 Mapes Road , MD 20755-5350
    USA
Description
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. The solicitation number is SNAPRFQ-HQAD-23-101922-322_ and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 1,000.00 employees. This requirement is a Small Business Set-Aside and only qualified sellers may submit bids.

The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2022-10-26 16:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Fort Meade, MD 20755

The EPA HQAD SNAP End User requires the following items, Brand Name or Equal, to the following:
LI 001: Part Number: SF24102111D000000F
Description: STERIS AMSCO® 630LS Medium Steam Sterilizer, chamber size 26" x 37.5" x 42" (660 x 953 x 1067 mm)
•        Vacuum Included on this Unit
•        Manual Hinged Door
•        Single Door Left Hand, (Hinged)
•        42" Cabinet Single Door Hinge Left Hand
•        Standard Brass and Copper Piping
•        Uses Building Steam
•        208/240 3-ph, Steam Heated Unit, 1, EA;
LI 002: Part Number: AXLA611100
Description: 2        AXLA611100        SD racks and 2 or 3 shelves, 630LS, 42"        1, 1, EA;
LI 003: Part Number: SE6018521
Description: 3        SE6018521        DEINSTALLATION of current AMSCO® Eagle 3000 Scientific Series, Model E3031-S-1, Serial No. 0108298-11
•        Make all necessary utility disconnections, remove and transport equipment from second floor via freight elevator to a first floor loading dock for pickup or disposal.
•        Unit becomes property of the vendor and will be picked up by vendor representative within a reasonable timeframe, not to exceed 5 business days. See line item 6.        1, 1, JOB;
LI 004: Part Number: SE011452
Description: 4        SE011452        INSTALLATION - AMSCO® 630LS Medium Steam Sterilizer, chamber size 26" x 37.5" x 42"
•        Installation Service Package includes all necessary labor (non-union) and materials required to do the following:
• Uncrate the equipment at the site (on loading dock) and inspect for shipping damage
• Assemble or re-erect the equipment
• Assemble equipment piping packages and rack/shelf accessories
• Install standard final panels
• Move the equipment to specified facility location on second floor via freight elevator. Customer to provide
clear, unimpeded ingress to installation site. No special rigging or rigging equipment required.
• Put the equipment into its place and level it (see Seismic restrictions)
• Make all air, steam, water & drain utility connections from building termination to the equipment (maximum of 6ft/1.8m) using flexible or hard piping according to local regulations. Proper disconnects, isolation valves, wall or ceiling penetrations to be provided by others.
• Make electrical connections to the equipment, a service which includes
• one of the following which must also be specified in advance through contact with the STERIS District Service Manager: Either: supply and fit
electrical cable from the junction box within 6ft/1.8m of unit to the equipment electrical connection point according to local regulations. Wall or ceiling penetrations and Junction / isolation / disconnect box to be supplied by others, Or: The final termination / connection of the cable (supplied by others) to the equipment electrical connection point according to local regulations.
• Customer is responsible for receiving the equipment and disposing of packing materials.
• Perform check-out test, any necessary adjustments and a demonstration of the equipment for appropriate facility personnel.        1, 1, JOB;
LI 005: Part Number: SE000008
Description: Install Cabinet Pkg on the STERIS AMSCO® 630LS Medium Steam Sterilizer unit, 1, JOB;
LI 006: Part Number: SE6045100071
Description: 6        SE6045100071        Disposal of current AMSCO® Eagle 3000 Scientific Series, Model E3031-S-1, Serial No. 0108298-11
•        Vendor will determine the most efficient and environmentally friendly method of disposal
including but not inclusive of pick up by carrier or removal by local scrapping entity.        1, 1, JOB;
LI 007: Shipping must be $0.00 in accordance with "Shipping Condition" Buy Term. This is a non-pricing line item. Use the "Included in Line Item" feature to indicate $0.00 shipping., 1, EA;

Solicitation and Buy Attachments

***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, EPA HQAD SNAP End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. EPA HQAD SNAP End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
The Government intends to issue one (1) Firm Fixed Priced (FFP) Purchase Order (PO) for commercial items in accordance with FAR 12: Acquisition of Commercial Items and FAR 13: Simplified Acquisition Procedures.

New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

Bid MUST be good for 60 calendar days after close of Buy.

In accordance with FAR 47.303-6, Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. The government is unable to accept any quote which shows a separate line item for shipping.

In addition to providing pricing at www.unisonmarketplace.com for this solicitation, each offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) through Unison Marketplace so that they are received no later than the closing date and time for this solicitation.

Registration with the System for Award Management (SAM) is required at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov.

The following clauses and provisions will apply:
I.        FAR:
i.        52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010)
ii.        52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (Jan 2017)
iii.        52.204-7 System for Award Management. (Oct 2018)
iv.        52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. (Oct 2018)
v.        52.204-13 System for Award Management Maintenance. (Oct 2018)
vi.        52.204-16 Commercial and Government Entity Code Reporting. (Jul 2016)
vii.        52.204-17 Ownership or Control of Offeror. (Jul 2016)
viii.        52.204-18 Commercial and Government Entity Code Maintenance. (Jul 2016)
ix.        52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities. (Jul 2018)
x.        52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (Oct 2020)
xi.        52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2020)
xii.        52.204-26 Covered Telecommunications Equipment or Services-Representation. (Oct 2020)
xiii.        52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation (Nov 2015)
xiv.        52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015)
xv.        52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. (Nov 2015)
xvi.        52.212-1 Instructions to Offerors-Commercial Items (Mar 2020)
xvii.        52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2020)
xviii.        xviii.        1552.312-4 Contract terms and conditions - commercial items (far deviation).
xix.        52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (Mar 2020)
xx.        52.222-3 Convict Labor. (June 2003)
xxi.        52.222-19 Child Labor-Cooperation with Authorities and Remedies. (Jan 2020)
xxii.        52.222-21 Prohibition of Segregated Facilities. (Apr 2015)
xxiii.        52.222-22 Previous Contracts and Compliance Reports. (Feb 1999)
xxiv.        52.222-26 Equal Opportunity. (Sept 2016)
xxv.        52.222-35 Equal Opportunity for Veterans (Oct 2015)
xxvi.        52.222-36 Equal Opportunity for Workers with Disabilities. (Jul 2014)
xxvii.        52.222-37 Employment Reports on Veterans (Feb 2016)
xxviii.        52.222-50 Combating Trafficking in Persons. (Jan 2019)
xxix.        52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. (Aug 2011)
xxx.        52.225-1 Buy American-Supplies
xxxi.        52.225-13 Restrictions on Certain Foreign Purchases. (June 2008)
xxxii.        52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Aug 2018)
xxxiii.        52.232-33 Payment by Electronic Funds Transfer-System for Award Management. (Oct 2018)
xxxiv.        1552.332-39 Unenforceability of Unauthorized Obligations (FAR DEVIATION).
xxxv.        52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (Dec 2013)
xxxvi.        52.233-3 Protest after Award. (Aug 1996)
xxxvii.        52.233-4 Applicable Law for Breach of Contract Claim. (Oct 2004)
xxxviii.        52.252-1 Solicitation Provisions Incorporated by Reference. (Feb 1998)
xxxix.        52.252-2 Clauses Incorporated by Reference. (Feb 1998) - Fill-In: Federal Acquisition Regulation (FAR): www.acquisition.gov and Environmental Protection Agency Acquisition Regulation (EPAAR): http://www/ecfr.gov/cgibin/textidx?c=ecfr&tpl=/ecfrbrowse/Title48/48cfrv6_02.tpl
II.        Local
i.        EPA-H-23-101 Environmentally preferable practices - The contractor shall, to the greatest extent practicable, utilize environmentally preferable practices in its course of business. "Environmentally preferable" is defined as products or services that have a lesser or reduced effect on human health and the environment when compared with competing products or services that serve the same purpose. This comparison may consider raw materials acquisition, production, manufacturing, packaging, distribution, reuse, operation, maintenance, or disposal of the product or service. Consideration of environmentally preferable practices must be consistent with price, performance, availability, and safety conditions.

I.        Definition. Information Resources Management (IRM) is defined as any planning, budgeting, organizing,directing, training, promoting, controlling, and managing activities associated with the burden, collection, creation, use and dissemination of information. IRM includes both information itself and the management of information and related resources such as personnel, equipment, funds, and technology. Examples of these services include but are not limited to the following:
i.        The acquisition, creation, or modification of a computer program or automated data base for delivery to EPA or use by EPA or contractors operating EPA programs.
ii.        The analysis of requirements for, study of the feasibility of, evaluation of alternatives for, or design and development of a computer program or automated data base for use by EPA or contractors operating EPA programs.
iii.        Services that provide EPA personnel access to or use of computer or word processing equipment, software, or related services.
iv.        Services that provide EPA personnel access to or use of: Data communications; electronic messaging services or capabilities; electronic bulletin boards, or other forms of electronic information dissemination; electronic record-keeping; or any other automated information services.
II.        General. The Contractor shall perform any IRM-related work under this contract in accordance with the IRM policies, standards, and procedures set forth on the Office of Environmental Information Policy Web site. Upon receipt of a work request (i.e. delivery order, task order, or work assignment), the Contractor shall check this listing of directives. The applicable directives for performance of the work request are those in effect on the date of issuance of the work request. The 2100 Series (2100-2199) of the Agency's Directive System contains the majority of the Agency's IRM policies, standards, and procedures.
III.        Section 508 requirements (accessibility). Contract deliverables are required to be compliant with Section 508 requirements (accessibility for people with disabilities). The Environmental Protection Agency policy for 508 compliance can be found at www.epa.gov/accessibility.
Electronic access. A complete listing, including full text, of documents included in the 2100 Series of the Agency's Directive System is maintained on the EPA Public Access Server on the Internet at http://www2.epa.gov/irmpoli8/current-information-directives. (End of clause)

To be considered for award, all Sellers must be manufacturer federally authorized distributors/resellers of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the timeframes specified by the Buyer on the award. Sellers shall be required to provide documentation as proof of authorization to be considered for award.

The Government intends to select for award the one responsible quote which conforms to the Bidding Requirements and Buy Terms in the auction, proposes a price that is fair and reasonable, and provides the Lowest Priced, Technically Acceptable (LPTA) quote meeting the specifications of the requirement. If the lowest priced quote is not found to be Technically Acceptable, the government will evaluate the next lowest priced quote, and so on. Quotes determined to be incomplete, unreasonable, or unrealistic will not be considered for award.

For auctions with periods of performance (e.g. maintenance/support/service agreements), vendor shall not auto-renew the period of performance.

If a physical product is being shipped, then the shipping number/tracking, date of shipment, and any delays, must be provided to the contacts identified in the purchase order upon award. Award must be delivered no later than the delivery requirement specified in this auction.

Bids submitted must NOT include any sales tax (state, local, or otherwise). EPA is a Federal agency and thus is tax-exempt. Please click the link in the Buy Terms document for the Tax Exempt information should it be necessary.
Attachments/Links
Contact Information
Contracting Office Address
  • 1200 PENNSYLVANIA AVENUE, N. W.
  • WASHINGTON , DC 20460
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 25, 2022 04:08 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >