SOLICITATION NOTICE
66 -- Hydro Service and Supplies RO/DI Purified Water System or equal
- Notice Date
- 9/1/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd., EPS Suite 600, Rockville, Maryland, 20852
- ZIP Code
- 20852
- Solicitation Number
- RFQ-NCI-100203-TG
- Archive Date
- 9/25/2010
- Point of Contact
- Terry Galloway, Phone: 301-402-4509, Caren N Rasmussen, Phone: (301) 402-4509
- E-Mail Address
-
gallowaytl@mail.nih.gov, cr214i@nih.gov
(gallowaytl@mail.nih.gov, cr214i@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Boulevard, EPS Suite 600, Room 6068, Rockville, MD 20852, UNITED STATES. The National Institutes of Health (NIH), National Cancer Institute (NCI), Division of the Center for Cancer Research (CCR) Laboratory of Cancer Biology & Genetics (LCBG) and the Laboratory of Molecular Biology (LMB) intends to procure the Hydro Service and Supplies RO/DI Purified Water System or equal. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. RFQ-NCI-100203-TG includes all applicable provisions and clauses in effect through FAR FAC 2005-43 (August 2010) simplified procedures for commercial items. The North American Industry Classification System code is 333319 and the business size standard is 500 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. This is a 100 percent small business set aside. I. Description of Requirement The Laboratory of Cancer Biology & Genetics (LCBG) conducts an integrated research program designed to elucidate the cellular and tissue changes associated with specific stages of carcinogenesis, to detect genetic modifiers fundamental to cancer susceptibility and progression, to define the molecular mechanisms involved in the pathogenesis of major human cancers, and to develop rational approaches for cancer prevention and treatment. Studies are performed in vivo in animal models, in vitro in cell and organ culture, and on tissues and cells obtained from human volunteers and cancer patients. The laboratory also develops and correlates novel protocols in molecular diagnostics for human and animal tissues, and in noninvasive medical imaging for animal models. The Laboratory of Molecular Biology uses genetics, molecular biology, cell biology, and molecular modeling to examine and solve a broad range of important biological problems. One major program is directed at designing, producing, and testing new drugs to treat cancer. These drugs are genetically modified forms of Pseudomonas exotoxin A that are targeted to cancer cells by Fv fragments of antibodies. Three recombinant immunotoxins that have been developed in the laboratory are now in clinical trials, and other agents are in preclinical development. Design of these molecules is greatly aided by molecular modeling. The laboratory also investigates gene therapy of cancer and metabolic disorders, and gene regulation at the level of transcription initiation and elongation by regulatory proteins like repressors,activators, terminators, and antiterminators. Other programs investigate the mechanisms that control cell growth and cell division by unstable proteins as well as the mechanism of DNA replication. Transgenic mice are used to understand how inappropriate expression of oncogenes affects animal development. At the most basic level, the stability of protein molecules and the mechanism of protein folding are investigated by molecular modeling, computer simulation,and other theoretical techniques. Both laboratories require equipment and services designed to produce purified water at 190 gallons per day with 77ºF feed water with a flow rate of 4 gallons per minute per tank and producing water quality of 18.0 meg-ohm/cm resistivity. The contactor shall provide installation, start-up and training. The Salient Characteristics of the Hydro Service and Supplies RO/DI Purified Water System or equal is as follows: • One Reverse Osmosis Unit designed to produce 190 gallons a day with 77º F feedwater • One 10" PP Filter Housing with a 0.5 Micron (Nominal) filter Cartridge • One 0-100 psi stainless steel pressure indicator • One solenoid valve, in-line pressure relief valve, and one 20" PP Filter Housing • One spiral wound, 20" long, thin film composite membranes rated for 115 psi CWP • One flat bottom polyethylene storage tank with 65 gallons capacity, 23" in diameter and 42" tall • Two Tank level controls • One overflow plumbing • Model (P200) Distribution pump providing gpm @ 50 psi discharge Pressure constructed of 316 SS, horizontal, single phase centrifugal design with Victaulic connections • Carbon steel stand with UV Sterilizer and Post Filter mounting distribution pump (must comply with 5 x 7 footprint space restrictions). • One 1.2 ft3 activated granular carbon FRP vessel • One Service Carbon installed before two DI Beds that operate at a design flow rate of 4 gallons per minute. • Two 1.2 ft3 mixed bed deionizers installed as a one bank system. • Bank with one working deionizer followed by one polishing deionizer • Flow rate of 4 gallons per minute per a tank, producing water quality of 18.0 meg-ohm/cm resistivity • One 5 mega-ohm cell light to monitor • One Tank, fiberglass constructed • One 5 gpm UV Unit Ultraviolet Sterilizer within system • One UV chamber with 316 SS with ¾" NPT connections to house 254 nm lamps • Model Thornton M300 Resistivity Monitor, single channel, inside distribution loop • Model S07 PicoPure Unit • Nine Polypropylene flex faucets • George Fischer 1/2" socket fusion beta polypropylene Interconnecting Plumbing • George Fischer 3/4" socket fusion beta polypropylene II. Delivery: Contractor(s) shall deliver the item within 90 days after award to: NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon delivery, contractor must notify the NCI Contracting Officer's Technical Representative (COTR) to schedule the installation date and time. III. Installation: To be carried out by the manufacturer and shall occur within approximately one week of delivery. IV. Payment: Payment shall be made after delivery, installation, and successful operation of equipment. Payment authorization requires submission and approval of invoice to the NCI COTR and NIH Commercial Accounts. QUOTATIONS ARE DUE: September 10, 2010 at 11:00 am EST. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR clause 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (June 2008); FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (August 2009) WITH DUNS NUMBER ADDENDUM {52.204-6 (April 2008)}; FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (June 2010); FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (July 2010). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; FAR Clause 52.203-6 Restrictions on Subcontractor Sales to the Government FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. FAR Clause 52.219-6 Notice of Total Small Business Set-Aside FAR Clause 52.219-8 Utilization of Small Business Concerns FAR Clause 52.219-28 Post Award Small Business Program Representation FAR Clause 52.222-3 Convict Labor FAR Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR Clause 52.222-21 Prohibition of Segregated Facilities FAR Clause 52.222-26 Equal Opportunity FAR Clause 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities FAR Clause 52.222-37 Employment Reports of Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR Clause 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees FAR Clause 52.225-5 Trade Agreements FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases Far Clause 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration FAR Clause 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://amb.nci.nih.gov or from Terry Galloway, Contract Specialist at gallowaytl@mail.nih.gov. OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA). PLEASE NOTE: In order to receive an award, contractor must be registered in and have valid certifications in the Central Contractor Registration (CCR) (http://www.ccr.gov) and the Online Representations and Certifications Application (ORCA) (http://orca.bpn.gov). Quotations must be received in the NCI-OA contracting office by 11:00 a.m. EST on September 10, 2010. Please refer to solicitation number RFQ-NCI-1000203-TG on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will NOT be accepted. All questions shall be in writing and may be addressed to the aforementioned individual noted above. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/RFQ-NCI-100203-TG/listing.html)
- Record
- SN02263926-W 20100903/100901235511-909d7f658a8a290d35e6ded518db76df (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 |