SOLICITATION NOTICE
66 -- BIOBUBBLE PORTABLE PLASTIC CLEAN/CONTAMINATED ROOM FOR USING IN LABORATORY
- Notice Date
- 6/10/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA-SOL-08-00737
- Archive Date
- 7/17/2008
- Point of Contact
- Anne L Oliver,, Phone: (301) 827-7045
- E-Mail Address
-
anne.oliver@fda.hhs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A NOTICE FOR COMMERCIAL CONTRACT FOR BIOBUBLE PORTABLE PLASTIC ROOM, AT FDA, ROCKVILLE, MD. This is a Firm Fixed Price commercial contract. This requirement is Set-Aside for small business only. Quantity: One (1). This is a free standing positive/negative air portable clean room unit with soft wall technology, especially used with animals and within animal vivariums. This portable power unit provides 100 ACPH (Air Changes Per Hour) with HEPA filtration in the clean room, 50 in the hard room. This portable room should be able to be disassembled via hook & loop connection with the use of an allen wrench tool only. The portable bubble has floor mounted power unit design is portable and can easily rotate between uses as a freestanding unit, to a unit connect to an airlock, air shower, clean room or containment enclosure. The portable plastic clean room must deliver 100 HEPA filtered air changes per hour and can easily be converted between positive and negative pressures. This enclosure should be easily taken down, stored, and reassembled by the owner. This product should be manufactured using light weight air craft aluminum and NASA specifications for synthetic materials; the frame work should be 1.25” IPS tubing and assembled via anodized aluminum fittings; the skin should be constructed of 16 mil hospital grade clear vinyl. This enclosure must have portable grade casters for easy relocation and easy reassembly; Air Changes per Hour - Standard Clean Rooms feature 80 - 100+ air changes per hour. The design should fit any room and be architecturally renovated and installed. Filtration should be provided via Power Units, and Various sizes should be available with footprints and weights as follows: Double Half Size - 16” x 54”, 140 lbs; Full Size: 26” x 34’, 130 lbs.; Half Size - 16” x 34”, 105 lbs. The unit should be Highly effective and filters a volume of approximately 525 - 750 cubic feet per minute. The unit should also be Highly efficient whereby a pre–filter removes most of the contaminated materials from the air before passing through a military–spec HEPA filter (type 209B). The Pre-filter should be easily removed and replaced via a velcro attachment. No glass or flexi-glass walls will be accepted. The total price should included installation, design CAD; delivering and etc. The solicitation does not commit the Government to pay any cost for the preparation and submission of a proposal. It is also brought to your attention that the Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds in connection with the proposed acquisition. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6. This announcement constitutes the only solicitation; proposals/bids are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for quote (RFQ). (ii) The solicitation number is FDA-SOL-08-00737. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-25. (iv) The associated North American Industry Classification System (NAICS) Code is 621511 (Business size $12.5). 52.211-6 Brand Name or Equal. (Aug 1999) (a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation. (b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must— (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by— (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. (vi) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this solicitation. The government shall consider only the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. (vii) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. (viii) The clause at FAR 52.212-4 applies to this acquisition. The following agenda have been attached to the clause: None. (ix) The clause at FAR 52.212-5 applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. All questions must be in writing and received by no later than June 20, 2008. No telephone request will be entertained. All responses to questions will be posted by way of an amendment to this combined synopsis/solicitation. The contract shall be responsible to check/download any amendments to this combined synopsis/solicitation at this site. Question must be addressed to the Contraction Officer listed in this notice. (x) Offers are due either by mail or by fax on July 2, 2008, by 1400 hours eastern time, at Food and Drug Administration 5630 Fishers Lane Rockville, MD 20857. NO E-MAIL QUOTES ARE ALLOWED. (xi) For information regarding this solicitation, please contact Anne Oliver at (301) 827- 7045, FAX (301) 827- 7206 or email anne.oliver@fda.hhs.gov
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8ddf75e86dff40e578c7e6405d7ff946&tab=core&_cview=1)
- Place of Performance
- Address: 11400 ROCKVILLE PIKE, ROCKVILLE, Maryland, 20857, United States
- Zip Code: 20857
- Zip Code: 20857
- Record
- SN01590602-W 20080612/080610222213-8ddf75e86dff40e578c7e6405d7ff946 (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 |