The RFP Database
New business relationships start here

Cart Washer


California, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This document 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 proposed contract action is for supplies or services for which the Government intends to award using other than full and open competition. Interested persons may submit offers, and all eligible offers received prior to the date specified in FedBizOpps will be considered by the Government. The NAICS code is 333318 and the size standard is 1,000 Employees.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76. Only emailed requests received directly from the requester are acceptable.

This acquisition is being conducted under the authority of the commercial item test program at FAR 13.5.

The list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):

CLIN w/DESCRIPTION/QTY/UNIT/UNIT PRICE/TOTAL AMOUNT


***All items are considered "Brand Name or Equal"***

0001 1 EA $____________________ $_____________________

Product Number: GPRW 900
Tecniplast (Rack Washer) Description:
Series 900GP Shallow sump or pit-less configuration rack washer 1 insulated clear glass door - steam or electrical heating including (9LAVSC902GP) 2nd insulated clear glass door for pass-through application and (9USASCKIT) connection kit.

Overall dimensions: 87.0" x 100.1" x 98.4" (2210 x 2542 x 2500mm) Key Standard Features:
* Ninety Nine (99) Programmable Wash Cycles
* Eight (8) Minute Rodent Wash Cycle
* Thirteen (13) Gallons Water Consumed Per Cycle (standard cycle)
* Stainless steel construction featuring full thermal and acoustic insulation
* Less than 70dBA Noise Level
* Double Layered Tempered Glass Door(s) Provide Better Room to Room Visibility
* Inflatable Gasket Insures an Airtight Chamber
* Interlocking Door(s) and Two Safety BARS for Added Personnel Safety
* Jets: (112) Wash and (64) Rinse Nozzles / Oscillating Arms / 171 gallons of Water at 40 PSI
* Separate Wash and Rinse Circuits with Concentric Piping (Wash & Rinse Water NEVER mix)
* Removable Floor Grates with Adjustable Guides for Multiple Types of Logistics
* Tool-free "Self Cleaning" Filter
* Single Point Utility Connections (Except Drain)
* Orbital Welded Stainless Steel Piping
* Tri-Clamp Connections (Piping and Components)
* Non Proprietary Controls and Component (the only proprietary component is the airtight gasket)
* Rounded Corners to Prevent Dirt Trapping in Corners of Chambers
* Standard high reliable air Operated Pneumatic Valves Options included in
the price: Additional dosing pump for neutralizing agent Final clean steam injection facility through a dedicated pipe-work for a chamber thermal disinfection cycle.

Refer steam spec requirements 2nd washing tank for acid wash together with the alkaline phase inclusive of dedicated dosing pump.

Control panel mounted printer dispensing single cycle ticket reports.

Flushing system complete with filter (5 B5m) and pipe-work connected to the rinse circuit to sanitize rack auto-watering manifolds

Water discharge control system (cooling and pH control) Hardware and software predisposition for bottle washing, inclusive of chamber quick-lock connection

Anti-seismic restraints "L" shape 50x60 mm (2,0 x 2,4 ") s/s angle trim (2 sides and top) of the clean rack washer front for S/s rear side paneling (opposite to the technical area) Seismic calculations

Offering on:

Manufacturer:______________________

Brand:________________________

Number:_________________________



0002 1 JB $____________________ $_____________________

Tecniplast Installation (in accordance with attached statement of work), Placement, Commissioning & Training for item under CLIN 0001. This CLIN must be in accordance with the attached wage determination.

Offering on:

Manufacturer:______________________

Brand:________________________

Number:_________________________


0003 1 LOT $____________________ $_____________________

Tecniplast Accessories Presentation cart with quick lock coupling for washing up to #8 9LBCBM18--- bottle crates. 2 shelves, 4 crates per shelf. Quick lock connection. Overall dimensions:790 x 1110 x 1885 h mm(31,1 x 43,7 x 74,2")

Offering on:

Manufacturer:______________________

Brand:________________________

Number:_________________________




GRAND TOTAL --- $________________________




Delivery, acceptance, and FOB Destination Point:

ITEMS             ALL
QUANTITY        ALL


DELIVERY ADDRESSES:
San Francisco VA Medical Center
Veterinary Medical Unit
4150 Clement Street
San Francisco, CA 94121-1545

Delivery must take place between Jan 2015 and Mar 2015. Contractor shall coordinate delivery of all CLINs with technical POC provided at time of award.


Evaluation Factors
Offerors quoting "Or Equal" Products will be evaluated to the extent they can provide the items (or equal) listed in the price schedule in Section B. The Government will award to the lowest priced, responsible, offeror that meets the following salient characteristics:

Items must:

1.    Be usable/interchangeable with the two Tecniplast IWT cage washers currently in use at SFVAMC

2.    Be high throughput and offer complete rodent cage wash cycles of 6 to 8 minutes long.

3.    Have completely separate wash and rinse circuits.

4.    Have "Reusable-Throwaway" Alkaline and Acid Solution System:

a.    The washer shall be provided with a wash solution side tank to allow the reuse of the alkaline detergent solution.

b.    The system shall be capable of automatically returning the alkaline detergent solution to the side tank or pumped to drain.

c.     A stainless steel steam coil shall be provided to heat the wash solution tank.

d.    The tank shall also be equipped with an automatic temperature control, automatic water fill, an automatic level control and overflow piping.


e.    A "Dumping" push button on the control panel shall give the operator the capability to drain the tank at the end of the cycle.

5.    Have Self-Starting cycle to allow water to warm up in the tanks early in the morning prior to staff arrival to decreases the start-up time of daily operations.

6.    Have a "true" Self-Cleaning cycle allowing the automatic cleaning of the washing chamber and the wash tank to decreases daily maintenance operations for the staff.

7.    Have each door be of double wall construction, Insulated with 20mm (1") non-flammable polystyrene, and equipped with an inflating silicone gasket to make the wash chamber air-tight, heavy duty stainless steel hinges, and a minimum 660x360mm (14"x26") double glazed observation window. Doors must be interlocking. Passive gaskets are not acceptable.

8.    Must only use an average of no more than 13 gallons per cycle.

9.    Pump body and impeller made of AISI316. All piping must be stainless steel and either welded or tri-clamp connected.

10.    Have Emergency Bars positioned on both sides of the internal walls of the washing chamber to immediately halt the working cycle and to make the system inoperative. Both doors must open whenever engaged. Emergency Cables are not acceptable.

11.    Have a Siemens Solid-state microcomputer control system that monitors and automatically controls all process operations and functions

12.    Have Hydrogen Peroxide vapor quick lock integrated ports for connection to portable VHP generator.

13.    Be fit for cleaning and sanitizing all rodent cages and equipment within barrier vivarium in order to keep the animals free of diseases. The unit must also be fit for cleaning all research equipment of debris, and hazards to keep the staff safe.


Offers are due by the date/time specified in FBO at 3:00 pm PT. Offers are due to Daniel.czech@va.gov.


THE FOLLOWING SOLICITATION PROVISIONS/CONTRACT CLAUSES ARE APPLICABLE TO THIS SOLICITATION AND RESULTING ORDER:

FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) For the purpose of this clause, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively.

FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (Apr 2014)

FAR 52.204-4 Printed or Copied Doubles-Sided on Postconsumer Fiber Content Paper (May 2011)

FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (May 2014)

FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes
Or Executive Orders -- Commercial Items (Jul 2014) For the purposes of this clause, items (b) 1, 4, 8, 12, 25, 28-35, 20, 45, 46 and 53 are considered checked and apply. Items (c) 1, and 2 are considered checked and apply (with the fill-in being, "see wage determination") .

FAR 52.232-40 Providing Accelerated Payment to Small Business Subcontractors (Dec 2013)

VAAR 852.203-70 Commercial Advertising (Jan 2008)

VAAR 852.211-70 Service Data Manuals (Nov 1984)

VAAR 852.211-73 Brand Name or Equal (Jan 2008)

VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012)

VAR 852.237-70 Contractor Responsibilities (Apr 1984) For the purpose of this clause, the fill-in is "Any state in which performance under this order occurs."

VAAR 852.246-70 Guarantee (Jan 2008)

VAAR 852.246-71 Inspection (Jan 2008)

FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
For the purpose of this provision, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively.

FAR 52.212-1 Instructions to Offerors - Commercial Items (Apr 2014)

FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (May 2014): Offerors must return this provision with their proposal. They may either (1)complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://www.sam.gov.

FAR 52.233-2 Service of Protest (Sept 2006)

FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (Jul 2013)

VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (Jan 2008) For the purpose of this clause, protests may be submitted to the Contracting Officer at the address listed above.

VAAR 852.233-71 Alternate Protest Procedure (Jan 1998)

VAAR 852.252-70 Solicitations Provisions or Clauses Incorporated by Reference (Jan 2008)

VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008)

Daniel Czech
daniel.czech@va.gov

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP