Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2013 FBO #4250
MODIFICATION

66 -- High Capacity Dryer for Laboratory Glassware and Stainless Steel

Notice Date
7/12/2013
 
Notice Type
Modification/Amendment
 
NAICS
333994 — Industrial Process Furnace and Oven Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy and Infectious Diseases, Office of Acquisitions, 6700 B Rockledge Room 3214 MSC7612, Bethesda, Maryland, 20892-7612
 
ZIP Code
20892-7612
 
Solicitation Number
RML-RFQ-5-13016
 
Archive Date
8/3/2013
 
Point of Contact
Peggy S. Schott, Phone: 4063759815, Lynda L. Kieres, Phone: 406-363-9210
 
E-Mail Address
margaret.schott@nih.gov, lkieres@niaid.nih.gov
(margaret.schott@nih.gov, lkieres@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Description: This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 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. This procurement is being issued as a request for quotation. Submit offers on RML-RFQ-5-13016. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68 dated June 26, 2013. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 333994 and the small business size is 500. The Rocky Mountain Laboratories requires a high capacity cabinet dryer specifically designed to dry laboratory glassware of all shapes and sizes as well as stainless steel items. The system must also comply with the following specifications: 1.0 General Description A high capacity cabinet dryer specifically designed to dry laboratory glassware of all shapes and sizes as well as stainless steel items used in the laboratory environment. Adjustable shelves are necessary to allow varying types of glassware loads. Glassware dryer units shall be freestanding. Offeror will need to submit separate bids for quantities of 2 dryers and for 3 dryers. 2.0 Dimensions Internal chamber size shall be a minimum of 22.9 cubic feet and maximum of 34.0 cubic feet. The dryer will be installed in an existing wall opening with dimensions 39.0 inches (width) by 77.5 inches (height). Offerors must identify the required wall opening for the proposed dryer units and provide all necessary trim and cover panels. The Government will make reasonable effort to modify the wall opening to accommodate installation of the glassware dryer if necessary. 3.0 Machine Operation Items to be dried shall be placed in the chamber. The door shall be closed and the cycle timer set. Treatment shall commence and continue automatically to the end of the cycle. Once the treatment cycle is complete, the operator shall open the door and remove the dried items. 4.0 Automatic Temperature Regulation Temperature shall be controlled up to at least 240 degrees F. The glassware dryers shall incorporate digital or analog temperature controls adjustable from the front panel. Government will give preference to systems able to set up to multiple temperature ramps for added research optimization. The dryer units must preheat within 45 minutes or less. Glassware dryer shall be electrically heated. Steam heated glassware dryers will not be considered by the Government. Heating system shall consist of multiple heating elements with contactor, short circuit and over-temperature protection and all other electrical appliances necessary in accordance with NEC and UL specifications. 5.0 Timer Control Unit shall incorporate a front-panel mounted timer which shall control the drying cycle time. All controls shall be of industrial design and type, in order to resist the extreme environmental demands of the washroom. All electrical wiring, operator interface controls and circuits shall be protected in accordance with NEMA, UL and NEC standards. 6.0 Insulated Exterior The exterior of the machine shall be fully insulated with rigid insulation covered by a Stainless Steel jacket for protection. This insulation shall be an integral part of the machine, designed to limit heat loss to the surrounding air. 7.0 Manuals & Documentation Two full sets of manuals explaining machine operation and controls shall be provided. A complete list of purchased parts including original part numbers, where the parts were purchased, and the nearest local distributor where the parts can be purchased shall be provided as a standard part of the manual. All purchased machine components such as valves, etc., shall be entirely non-proprietary and available for purchase freely and widely through normal industrial supply outlets. 8.0 Details of Construction All interior and exterior parts shall be of Type 304 Stainless Steel or other Non- Corrosive materials. All electrical assemblies, piping assemblies and mechanical apparatus shall be designed for, and be appropriate for use in, a high temperature sanitary wash-down environment. All components shall be selected for their ability to perform for long periods of time in the adverse and high production environment of the laboratory washroom. Each purchased part and each engineered part and sub-assembly shall be scrutinized and all specific design decisions shall be made in the light of these basic criteria. All purchased components shall be un-modified, off-of-the-shelf items available to the owner in his locality, should he need them. Original manufacturers' part numbers and descriptive information for all purchased parts shall be made an integral part of the service manual information provided at time of installation, and every effort shall be made throughout the life of the machine to assist the owner in acquiring any parts needed. Offerors must identify the required wall opening for the proposed dryer units and provide all necessary trim and cover panels. The Government will make reasonable effort to modify the wall opening to accommodate installation of the glassware dryer if necessary. Electrical disconnect switches and final electrical connections shall be installed by the Government 9.0 Installation Conditions *VENDOR SHALL BE RESPONSIBLE FOR INSTALLATION OF GLASSWARE DRYER Install Conditions Electrical 208V, 3 ph, 60hz, 48 Amps max. Electrical service can be modified by Government upon request. Steam Not available. Condensate Air intake hoods are located above access door on each dryer. Height of air intake hood is 80.5" from floor. Air intake hood height can be modified by Government upon request. Wall Opening Existing is 39" wide by 77.5" height. Air intake hood located above dryer door is 80.5" above floor surface. Exhaust Atmospheric venting, room HVAC con 10.0 Additional Engineering Information Please provide shipping weight, dynamic weight as installed, and heat radiation rates. FOB Point shall be Destination, Hamilton, MT. Inside delivery shall be within 90 days after receipt of order (ARO). Delivery location is Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT. The following FAR provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items. Award will be based on: 1) The capability of the item offered to meet the above stated salient characteristics; 2) Warranty; and 3) Price and the Best Value to the Government; FAR 52-212-4 Contract Terms and Conditions-Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.212-3 Offerors Representations and Certifications-Commercial Items. Warranty information to include period and coverage, shall be stated. In order to be considered for an award, in accordance with FAR 4.1201(a), offeror must have completed the Online Representations and Certifications located at http://www.sam.gov/ as prescribed in FAR 52.204.7 (b) (1). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Offers may be emailed to margaret.schott@nih.gov, mailed or faxed to the POC indicated above (Fax - 406-363-9288). Offers must be submitted not later than 4:30 PM (MDST) 07/19/2013. Copies of the above-referenced clauses are available from http://www.acquisition.gov/far/loadmainre.html or upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIAID/RML-RFQ-5-13016/listing.html)
 
Place of Performance
Address: Rocky Mountain Lab, 903 South 4th Street, Hamilton, Montana, 59840, United States
Zip Code: 59840
 
Record
SN03115551-W 20130714/130712235019-65f5ca7ea966247ae7b6fbe15d73f0d2 (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.