Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 06, 2014 FBO #4577
SOLICITATION NOTICE

66 -- Laboratory-Grade Refrigerator and Freezer

Notice Date
6/4/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423740 — Refrigeration Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
14-223-SOL-00085
 
Archive Date
7/3/2014
 
Point of Contact
Janice Heard, Phone: 215-717-3093
 
E-Mail Address
janice.heard@fda.hhs.gov
(janice.heard@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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals/bids are being requested and a written solicitation will not be issued. The solicitation number is 14-223-SOL-00085. This solicitation is issued as a Request for Quotation (RFQ). This is a firm fixed price requirement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-74, May 30, 2014. The associated North American Industry Classification System (NAICS) Code is 423740 - Refrigeration Equipment and Supplies Merchant Wholesalers. This notice is for Small Businesses, (including HUB Zone, 8a, Small Disadvantaged, Veteran and Service Disabled, Veteran owned and Woman owned Small Businesses). Small Business Size Standard 500 Employees. The Food and Drug Administration is soliciting for Laboratory Grade Solid Door Refrigerator and Commercial Grade Solid Door Freezer. The Refrigerator & Freezer must have the following requirements: Refrigerator Salient Characteristics, 4 each: • High quality stainless steel exterior. • Finished stainless steel lined interior cabinet and doors to be insulated, liner and door panel to be resistant to corrosion. • 49 - 50 cubic foot storage capacity. • Maximum width must not exceed 34-3/4 inches so product will fit through building doors. • Two-door Reach-In style configuration. • High-density polyurethane insulation or other type of efficient material able to hold temp. • Castor wheels for easy movement. • Solid doors with heavy-duty pivot-hinges and pull-door handles with magnetic door gaskets. • Self-closing and Stay Open Door - Doors are equipped with self-closing and stay open feature. Positive seal with closing doors. • Keyed-door locks or lockable doors. • A switch or door-activated interior light. • Adjustable stainless steel or polyethylene-coated wire shelves - Durable and easy to adjust and clean. At least three shelves per side. • External digitally-controlled temperature with an external digital visual display accurately showing the current inside temperature. • External digital temperature controls to eliminate the opening of the door. Freshness of products lasts longer by keeping the correct temperature. • User control of the temperature with a range from 1° C to 10° C (or 33° F to 50° F). The unit must maintain the FDA IOM specifications of maintaining a constant set temperature that will not rise above or fall below the required 4° C scope of the set temperature (+/- 4° C). • Self-diagnostic System - Shows the status of the refrigerator. A visual/audible temperature alarm and a door-ajar alarm. • External Hi/Lo temperature indicator in addition to the external current temperature display. • Sensor access port for a temperature monitoring system probe. • Self-contained System - No plumbing required. • Air-cooled condensing unit and automatic defrost/condensate evaporation. • Electrical Voltage: 115/60-1. • Warranty: 12 - 24 Months, labor and parts; 4 - 5 years, Compressor. • CEC - California Energy Commission Certificated & Energy-Star Compliant. Freezer Salient Characteristics 2 each: • High quality stainless steel exterior. • Finished stainless steel lined interior cabinet and doors to be insulated, liner and door panel to be resistant to corrosion. • 49 - 50 cubic foot storage capacity. • Maximum width must not exceed 34-3/4 inches so product will fit through building doors. • Two-door Reach-In style configuration. • Castor wheels for easy movement. • Solid doors with heavy-duty pivot-hinges and pull-door handles with magnetic door gaskets. • Self-closing and Stay Open Door - Doors are equipped with self-closing and stay open feature. Positive seal with closing doors. • High-density polyurethane insulation or other type of efficient material able to hold temp. • Keyed-door locks or lockable doors. • A switch or door-activated interior light. • Adjustable stainless steel or polyethylene-coated wire shelves - Durable and easy to adjust and clean. At least three shelves per side. • External digitally-controlled temperature with an external digital visual display accurately showing the current inside temperature. • User control of the temperature with a range from 0° C to -23° C (or 32° F to -10° F). • Self-diagnostic System - Shows the status of the freezer. A visual/audible temperature alarm and a door-ajar alarm. • Automatic evaporator fan motor delays. • Electrical Voltage: 115/60-1. • Warranty: 12 - 24 Months, labor and parts; 4 - 5 years, Compressor. • CEC - California Energy Commission Certificated & Energy-Star Compliant. Delivery and installation to each receiving office should consist of complete inside delivery all of the way to the room where the unit will reside inside the office buildings, removal of product from any shipping pallet or packing material, any installation or assembly of components or accessories (i.e. castor wheels), and the removal/take away of all packing material waste and shipping pallets. The installation must include labor to move existing refrigerators and freezers around the offices to facilitate the installation of the new products. Delivery Locations 3 and 4 below are privately-owned buildings and have additional requirements such as after-business hour's delivery and proof of insurance/certificate of insurance for the delivery/installation personnel. List of Office Locations: Location 1 - Delivery of 1 Refrigerator U.S. Food & Drug Administration Los Angeles District Office 19701 Fairchild Irvine, CA. 92612-2506 Location 2 - Delivery of 1 Refrigerator and 1 Freezer U.S. Food & Drug Administration Ontario Resident Post 4240 E. Jurupa St, Suite 408 Ontario, CA. 91761 Location 3 - Delivery of 1 Refrigerator and 1 Freezer U.S. Food & Drug Administration San Diego Resident Post 4510 Executive Drive, Suite 225 San Diego, CA. 92121 Location 4 - Delivery of 1 Refrigerator U.S. Food & Drug Administration Phoenix Resident Post 51 West Third St., Suite E-265 Tempe, AZ. 85281 An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to finish required representations, or reject the terms and conditions of the solicitation, may be excluded from consideration. The government is not responsible for locating or securing any information, which is not identified in the submission. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the government to determine whether the product meets their requirements. FOB Point Destination. Contract type: Commercial Item-Firm Fixed Price. Simplified procurement procedures will be utilized. The period of performance: Delivery is required 30 days after receipt of order. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None The provision at FAR 52.212-2 Evaluation - Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: (i)Technical capability of the item offered to meet the Government requirement (ii) price. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the product meets the technical requirements. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. The government reserves the right to make an award without discussions. The provision at FAR 52.212-3. Offeror Representations and Certifications - Commercial Items applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following agenda have 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 additional FAR clauses cited in this clause are applicable: 52.203-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-1.52.225-13, 52.232-33 and 52.232-34 Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. SAM Requirements - Company must be registered on System for Award Management (SAM) before an award could be made to them. If company is not registered in SAM, they may do so by going to CCR web site at http://www.sam.gov. The Defense Priorities and Allocations System and assigned rating are not applicable to this solicitation notice. Applicable Numbered Note(s) None. Offers are due in person, by mail, e-mail or fax on or before June 18, 2014 by 15:00 hours (EDT), at Food and Drug Administration OC/OSS/OFFAS, Attn: Janice Heard, 200 Chestnut Street, Philadelphia, PA 19106. ph (215)717-3093, fax (215)597-4390, email: Janice.Heard@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/14-223-SOL-00085/listing.html)
 
Record
SN03385092-W 20140606/140604234838-dd6f4ca40533750fb6dd924f24086b5a (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.