Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2009 FBO #2643
SOLICITATION NOTICE

36 -- Generators - Neutralizer for Biological Decontamination

Notice Date
2/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6100 Executive Blvd, Rm 7A07, Rockville, Maryland, 20892-7510, United States
 
ZIP Code
20892-7510
 
Solicitation Number
263-2009-(KH)-00047
 
Archive Date
3/19/2009
 
Point of Contact
Kirtner D Hobson, Phone: 301-443-7979
 
E-Mail Address
hobsonkd@od.nih.gov
 
Small Business Set-Aside
8a Competitive
 
Description
THIS IS A COMBINED SYSNOPSIS/SOLICITATION NOTICE. This is a combined synopsis for commercial items, prepared in accordance with the format of FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. THE SOLICITATION NUMBER 263-2009-(KH)-00047 is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This requirement is a 100% set aside for small business. The North American Industry Classification System Code (NAICS) applicable to this requirement is 335312 and the associated small business size is 500 employees. The following specifications are recommended for procurement of the following items: 1. The formaldehyde generator shall have a recirculating blower that operates during the decontamination process with an explosion proof motor capable of 100 and 200 CFM. 2. The formaldehyde generator shall not generate sparks in formaldehyde laden air. 3. The formaldehyde generator shall permit remote operation. 5. The formaldehyde generator shall permit decontamination of the filter systems. 6. The formaldehyde generator shall allow programmable contact time with range of ½ hour to 10 hours or better. 7. The formaldehyde generator shall incorporate a “fail safe system “ such that the generator stops if there is loss of power or high back-pressure. 8. The formaldehyde generator shall incorporate a “Lid Open” indicator for the water canister. 9. The formaldehyde generator shall incorporate a formaldehyde/neutralizer generation indicator. 10. The formaldehyde generator shall permit a minimum of 60% relative humidity of air prior to formaldehyde insertion. 11. The formaldehyde generator shall permit manual or automatic operation. 12. The formaldehyde generator shall incorporate pilot lights to indicate sequence stage of operation. 13. The formaldehyde generator shall incorporate a pop off water lid to relieve high water pressure. 14. The formaldehyde generator shall have a parts and labor warranty of six months from the date of acceptance by the NIH Project Officer. 15. The manufacturer or distributor of the formaldehyde generator shall provide training of laboratory technicians on proper use of the formaldehyde generator. The estimated expected delivery dates shall be 60 days or sooner after receipt of the purchase order. The delivery and acceptance F.O.B. Points are: National Institutes of Health, Rocky Mountain Labs, 903 South 4th Street, Hamilton, MT 59840 and National Institutes of Health, DSEIS, Building 13, Room 3E62, Bethesda, MD 20892-5762. Quotes are due March 4, 2009 by 1:00 p.m. eastern time. The award will be made based upon the technical specifications of the required products and delivery period in this combined synopsis, and to the lowest price, technically acceptable quote meeting the Governments requirements. The offerors must submit written descriptive literature of the product in their quote, an itemized price list and warranties of the product quoted. The Government intends to evaluate offerors and award a purchase order without discussions with Offerors. Therefore, the initial offer should contain the offerors best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by the Contracting Officer to be necessary. The Government may reject any or all offers, waive informalities and minor irregularities in offers received. The offerors quotes must include an itemized price lists of charges, complete description of services, complete address for invoice payment and purchase order delivery, prompt payment discount terms, the Dun & Bradstreet Number (DUNS), the taxpayer Identification Number (TIN) and vendors shall include a complete copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items with its quote. The offeror must also register in the Government’s Contractor Registry System. Note: www.ccr.gov. The clauses and provisions referenced in this solicitation may be obtained in full text form at http://www.arnet.gov/far. 1. Delivery shall be within 60 days from the date of the award, or rationale for alternate timing, shall be included. 2. Installation, training, and a miminum 90 day warranty, or better, shall be included. The following provisions and clauses apply to this acquisition: Far Clause 52.212-1, Instructions to Offerors - Commercial; FAR Clause 52.212-3, Offeror Representatives and Certifications – Commercials Items; FAR Clause 52.212-4 Contract Terms and Conditions – Commercial Items; and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders – Commercial Items. In paragraph (b) of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders – Commercial Items, the following clauses will apply: 52.222-3, 52.222-19, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-5, and 52.225-13. This provision may be obtained at http://www.arnet.gov/far. The NIH will evaluate the quality, completeness, and relevance of the quotes. As stated in the FAR Clause 52.212-2(a), “The Government will award a contract resulting from this combined synopsis solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered.” The quote must reference Solicitation number: 263-2009-(KH)-00047. All responsible sources may submit a quote which, if timely received, shall be considered by the agency. Quotes must be submitted in writing to the Office of Logistics & Acquisitions, Simplified Acquisitions Branch, 6011 Executive Blvd., Suite 629C, Bethesda, MD 20892, Attention: Mr. Kirtner Hobson. Response may be submitted electronically to: HobsonKD@OD.NIH.GOV and by fax to (301) 480-4163. Responses will only be accepted if dated and signed by an authorized company representative. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b6ac2a7aad6eb5026d211e2dce48fd22&tab=core&_cview=1)
 
Place of Performance
Address: National Institutes of Health, Building 13, Room 3E62, Bethesda, Maryland 20892-5762, National Institutes of Health, Rocky Mountain Labs, 903 South 4th Street, Hamilton, Montana 59840, United States
Zip Code: 59840
 
Record
SN01752546-W 20090220/090218220315-b6ac2a7aad6eb5026d211e2dce48fd22 (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.