Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2009 FBO #2788
SOLICITATION NOTICE

66 -- Shelf-Type Freezer

Notice Date
7/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
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
1059625
 
Archive Date
8/12/2009
 
Point of Contact
Jaclyn Stielper, , Doreen Williams ,
 
E-Mail Address
jaclyn.stielper@fda.hhs.gov, doreen.williams@fda.hhs.gov
(jaclyn.stielper@fda.hhs.gov, doreen.williams@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-30. This announcement constitutes the only 100% small business set aside solicitation and a written solicitation will not be issued. This synopsis, NAICS code 339113, is to notify contractors that the government intends to issue a Firm Fixed Price Purchase Order in accordance with FAR Part 13.106 for the following statement of work, under the simplified acquisition procedures. Any firm that believes it is capable of providing the required service as stated herein may submit a capability statement to document its ability to provide the required services. A determination to compete this procurement based on a response to this notice is solely within the discretion of the Government. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government may award this contract to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor described to "Meet or Exceed the Requirement," 2) Past Performance and 3) Price. Technical Capability and Past Performance, when combined, are significantly more important than price. This solicitation is issued as a Request for Quote (RFQ). The Food and Drug Administration (FDA) intends to award a purchase order for a shelf-type freezer with automatic and manual control systems. Specifications: Instrument must meet or exceed the specifications described below. SP Industries Part#ADPXL2 AdVantage plus Freeze Dryer XL Quantity: 1 Part#65E Leybold 2.5E vacuum pump Quantity: 1 Part#414203 Oil Mist Eliminator with adapter Quantity: 1 (1) The freeze dryer shall be shelf-type with a minimum of 2 fluid-cooled, heated product shelves, minimum shelf size 10" x 14" with a minimum shelf clearance of 2.5". Shelf temperature range shall be from -60 C to + 60 C with a uniformity of ±1.0 C. Product trays and removable stainless steel trays shall be included. Four product probes shall be included. (2) The condenser coil shall have a temperature of -70 C or lower and hold a minimum of 6 liters before defrosting is necessary. (3) A minimum of 4 valves (Quickseal or equivalent) shall be provided for attachment of vials or flasks. (4) The vacuum pump shall be 2-stage with a minimum pumping capacity of 65 liters per minute and include an oil mist elimination feature. The pump shall have a protective valve to minimize pump oil contamination of product chamber in case of power failure or accidental shutdown. (5) The control system shall include manual and automatic modes and allow for storage of at least 16 recipes for temperature (minimum 10 possible thermal treatment steps) and pressure maintenance (minimum 16 pressure control steps possible for each primary drying step). One secondary drying step shall be available. The capability for full process automation shall be included. Communication with the system shall be by full numeric keyboard and backlit LCD display, or the equivalent. (6) An alarm system and recovery routines shall be included for power failure situations. (7) The system shall be able to display all freeze drying parameters of the shelves, condenser, product probes, and vacuum. Vacuum units shall be displayed by user choice of millitorr, microbar, or Pascal. (8) The cabinet dimensions (width x depth x height) and weight of the freeze drying system shall be specified. (9) The power requirements (V, Hz, breaker amperage) for all components shall be specified. (10) On-site set up and training shall be provided for 2 people. (11) Warranty terms shall be specified (minimum 1 year). (12) All shipping and handling charges shall be stated Period of Performance Items must be delivered 30 days after receipt of the purchase order. CCR: Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. QUESTIONS DEADLINE: All questions are to be submitted via email to Jaclyn.Stielper@fda.hhs.gov no later than July 25, 2009, 4:30 PM EST. QUOTATIONS DUE: All quotations are due, via email to: Jaclyn.Stielper@fda.hhs.gov, no later than 4:30 PM, EST on July 28, 2009. PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.217-9, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, and FAR 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Responses to this notice must be sent via email to Jaclyn.Stielper@fda.hhs.gov. Telephone calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1059625/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01873086-W 20090715/090713235201-458cc0b2d842dd722721e756189fbadf (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.