SOLICITATION NOTICE
66 -- 1061623 Autoclave
- Notice Date
- 8/24/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument 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
- 1061623
- Point of Contact
- Jacqueline Richardson,
- E-Mail Address
-
jacqueline.richardson@fda.hhs.gov
(jacqueline.richardson@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- REQ1061623 The Food and Drug Administration (FDA) is seeking Full and Open Competition for vendors that can provide quotes/proposals. 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 of firm fixed price purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-32. This award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures. NAICS CODE 339112 Background: The autoclave will be used to decontaminate infectious biological material in accordance to the standard operating produces of a Biosafety Level 3 containment laboratory. Equipment: Autoclave QTY 1 Technical Requirements for Autoclave: •external dimensions of 46 “x 30” x 71” •21x21x38" Chamber •Double pass through doors •BSL 3 Fully Gasketed Bio-Seal •Source requirements optimal for House Steam at 40-50 psi and at 40-55 psi dynamic city cold water pressures available in NIH Building 29B •Cycles that include gravity, vacuum, liquid cycles and a Vacuum Leak Test cycle •Selectable temperature ranges for liquid cycles 110°C (230°F) to 135°C (275°F) •Compressed Air-Gasket Piping •Continuous uninterruptible power outage protection •With Rack and 2 Shelves •Printer to document cycle information •Password protected for security Installation The vendor shall demonstrate upon installation that the instrument shall meet all performance specifications claimed in the bids. The instrument will not be accepted until those performance specifications have been met. Sufficient training shall be provided so that LBVB operators may independently operate the instrument. Training The vendor shall include on-site multiple day training for up to two operators after the instrument has been accepted, and LBVB operators have become familiar with the system. Delivery: The contractor shall deliver 30 days after receipt of order. CCR: Vendor must be registered in the Central Contractor Register (CCR) prior to the award of the contract. You may register by going to www.ccr.gov. You will need to your Tax ID, Duns Number, Bradstreet number and banking information. QUESTIONS DEADLINE: All questions are to be submitted via email to Jacqueline.Richardson@fda.hhs.gov no later August 28, 2009, 4:30 pm EST. QUOTATIONS DUE: All quotations are due to: Jacqueline.Richardson@fda.hhs.gov than 4:30 pm, EST on September 7, 2009. PROVISIONS and CLAUSES: The provision Subpart 39.201-Electronic and Information Technology (a) This subpart implements Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), and the Architectural and Transportation Barriers Compliance Board Electronic and Information Technology (EIT) Accessibility Standards (36 CFR Part 1194); (b) Further information on Section 508 is available via the internet at http://www.section508.gov. 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. 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 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.232-33, FAR 52.246-9 and FAR 52.246-18. Clauses and provisions are incorporated by reference and apply to this acquisition. Responses to this notice shall be sent via email to Jacqueline.Richardson@fda.hhs.gov. Telephone calls will not be accepted. Evaluation Factors The evaluation factors used for this solicitation shall be the offeror’s ability to meet the technical specifications. Factor 1 Technical Requirements: The major factor considered shall be that the instrument meets the technical requirements. Factor 2 Price: The vendor shall provide a price in accordance with the requirements of the technical specifications. The proposed price shall include the standard manufacturer’s warranty for one year. Evaluation for Award: 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 purchase order to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical and 2) Price. Technical is significantly more important than price. The FDA intends to make an award immediately after the response date of this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1061623/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN01923201-W 20090826/090825000445-9aca6c6ce7451e81322cad34789bf4c1 (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 |