SOLICITATION NOTICE
66 -- Stability Chambers, Water Systems, and Warranty
- Notice Date
- 3/31/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory 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
- FDA-SOL-1129370
- Archive Date
- 4/23/2014
- Point of Contact
- Christopher R. McGucken, Phone: 3018277161
- E-Mail Address
-
christopher.mcgucken@fda.hhs.gov
(christopher.mcgucken@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation: FDA-SOL-1129370 Five (5) Stability Chambers & One Year Preventative Maintenance and Calibration Agreement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, (STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This solicitation is issued as a Request for Quotations (RFQ), using the Simplified Acquisitions Procedures of FAR 13. The solicitation document/incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular: FAC 2005-64. The Government intends to award a Firm Fixed-Price contract. 1.) DESCRIPTION. Five (5) stability chambers with accessories are required for the FDA’s Division of Product Quality Research (DPQR) to carry out its mission critical laboratory research. The Stability chambers and accessories will enable DPQR to provide evidence on how the quality of a pharmaceutical drug product varies with the time under the influence of environmental factors. 2) PRICING CHART: All charges must be included in the quote. Any charges presented after contract award shall be unacceptable. Item # Description Qty. Unit Price Total 1 Stability Chamber, Water System, Warranty, Delivery, and Installation. 5 2 Options Period 1 : Preventive Maintenance and Calibration Service to include replacements parts, labor and travel. Period of performance start: 1 year post award. 5 3 Options Period 2 : Preventive Maintenance and Calibration Service to include replacements parts, labor and travel. Period of performance start: 2 years post award. 5 4 Options Period 3 : Preventive Maintenance and Calibration Service to include replacements parts, labor and travel. Period of performance start: 3 years post award. 5 5 Options Period 4 : Preventive Maintenance and Calibration Service to include replacements parts, labor and travel. Period of performance start: 4 years post award. 5 Grand Total 3.) SAILENT CHARACTERISTICS: The requested chambers, water system and all accessories must be compatible with one another and shall have, at minimum, the following salient characteristics: Item 1: Five (5) Stability Chambers: Each stability chambers shall meet these technical specifications: · Shall have an adjustable temperature range of ≤ 5 °C to ≥ 50 °C. · Shall have an adjustable relative humidity (RH) range of ≤ 20% to ≥ 75 % · Shall have an interior volume ≥ 33 cubic feet. · Shelves: a minimum of 8 shelves shall be included with a maximum capacity of ≥ 12 shelves for each stability chamber. · Exterior dimensions shall not exceed 42W x 36D x 92H (inches) · NEMA plug, cord, and receptacle shall be included with each unit. · Electronic data logging and retrieval capabilities for temperature and relative humidity that conforms to the FDA 21 CFR 11 (see appendix). · Electrical requirements: 110-115, ≤ 30Amp or 208-230V, ≤ 30Amp. Water System · The system should either run on deionized water (between 0.4 and 1.0 MΩ) that is available at the installation location, OR · The system should come with a deionized water system capable of converting tap water into water suitable for the stability chamber. An independent deionized water system shall be provided for each of the requested units with enough consumables for three (3) years. · The deionized water system’s installation shall be provided by the contractor. Warranty: · All equipment shall have a warranty. To include parts, labor, and travel for at least one year. Delivery and Installation: · Delivery and installation for each stability chamber (and water supply) shall be included with purchase. Items 2-5: (Optional) Preventative Maintenance and Calibration Service Options The contractor shall provide preventive maintenance and calibration service to include replacements parts, labor and travel for option periods 1-4. The optional service agreements shall begin following the expiration of the initial warranty period. 4) Packing, Marking, Delivery and Shipping: -All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. -At a minimum, all deliverables shall be marked with the contract number and contractor’s name. -The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition, packages of the robot should be sealed and of robust construction. The Delivery of the Chambers shall be made to: The US Food and Drug Administration White Oak Campus 10903 New Hampshire Avenue WO Building 62 Loading Dock Silver Spring, MD 20993 The assembly location shall be: The US Food and Drug Administration White Oak Campus 10903 New Hampshire Avenue WO Building 64, Rooms 1067 and 1079 Silver Spring, MD 20993 The equipment shall be delivered within 70 days of contract award. Installation shall include setup and connection to support utilities necessary to operate the system. 5) RFQ Instructions: The vendor must complete the Pricing Chart provided in this RFQ. Responses shall have the following information: - Identified with the RFQ number. - The vendor must complete the Pricing Chart above. - Responses shall be submitted to the Contract Specialist’s email below. - Quotes must be for all the items requested or none. - Quotes must remain valid through September 30 th, 2014. - Response Due Date shall be no later than: April, 8th at 3:00PM EST. EVALUATION AWARD CRITERIA The Government shall award this contract to the Lowest Price Technically Acceptable (LPTA) Quote. GENERAL INFORMATION CONTRACTING POINT OF CONTACT : Christopher R. McGucken 5630 Fishers Lane, Room Rockville MD 20857 Voice: 301.827.7161 Email: Christ opher.McGucken@fda.hhs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-1129370/listing.html)
- Record
- SN03324214-W 20140402/140331234125-8950b6eb638aeb364e24b3b75ec844d9 (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 |