SOLICITATION NOTICE
41 -- 86 Degree Ultra-Low Freezer Air-cooled condenser
- Notice Date
- 8/28/2014
- Notice Type
- Presolicitation
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH14T0480
- Response Due
- 9/5/2014
- Archive Date
- 10/27/2014
- Point of Contact
- Jennifer Hayden, 301-619-1363
- E-Mail Address
-
US Army Medical Research Acquisition Activity
(jennifer.e.hayden.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Army Medical Research Acquisition Activity (USAMRAA) has a requirement for the United States Army Medical Research Institute of Infectious Dissease (USAMRIID) for -86 Degree Ultra-Low Freezer Air-cooled condenser. This is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27. This requirement is unrestricted. The North American Industry Classification System (NAICS) code is 333415 with a size standard of 750 people. This code shall be listed in System for Award Management (SAM.gov) prior to award. The following are the Minimum Essential Characteristics for the requirement: Minimum Essential Characteristics -86 Degree Ultra-Low Freezer Air-cooled condenser 1) Unit must have a design temperature of -86 degrees C. In order for USAMRIID to accept and authorize use in the Institute the freezer must be able to maintain the units design temperature of - 86 degrees C. 2) Unit capacity must be 17-18 cubic ft. 3) Unit must be of an upright configuration. 4) Unit must have an eye level, easy to use LED microprocessor control panel that displays 12 alphanumeric characters that illustrates the unit set points, system status and alarm messages and the unit's actual temperature. 5) Interior of freezer must be stainless steel material. 6) Unit must have a minimum of five shelves with a sub or inner doors for each shelf to reduce the warm air infiltration during door openings. 7) Unit must meet or exceed UL Certification Standards 8) Unit must meet or exceed ISO 9001 Standards 9) Unit must utilize an air cooled condenser configuration. 10) Unit insulation must not contain chlorofluorocarbons. 11) Unit must have key locked latch restricting access to the unit. This latch must also employ the capability of adding a pad lock for redundant protection. 12) Unit must be of 120 volt 60 hertz single phase power requirement with a circuit ampere maximum of 20 amperes. 13) Unit must have a built in voltage compensation system and voltage spike protection. 14) Unit refrigeration must be microprocessor controlled 15) Unit alarm circuit must be backed up by rechargeable battery that is easily accessible from a front panel. 16) Dry alarm contacts must be standard. (Normally open and normally closed) Unit must also employ a 4-20ma standard output through an RJ45 receptacle to facilitate our BMS requirements. Alarm contacts must change state in the event of a power failure. 17) A 6 inch 7 day inkless circular chart recorder must come standard and include a battery backup. 18) Manufacturer must provide model specific temperature mapping data that illustrates cabinet temperature swing. Unit must have the capability of being validated. Unit will maintain set temperature with a temperature swing of no more than 5 degrees Celsius throughout entire freezer cabinet. (Including and during any delog or defrost cycles) 19) Unit must have a heated vacuum relief pressure equalization port to ensure the unit doesn't prevent/restrict multiple end user door openings. 20) Unit must list all refrigerants per stage and amounts of each per stage. Proprietary mixtures are not acceptable. 21) Unit must come standard with a minimum 2 year parts and labor warranty. The compressors must be guaranteed free of defects or mechanical issues for a period of 5 years after unit purchase. Reimbursement warranties are not an acceptable type of warranty. After the labor portion of the warranty expires it is not acceptable for the manufacturer to direct USAMRIID to purchase parts that are under warranty with the agreement that the manufacturer will reimburse USAMRIID for such parts. Any and all parts under warranty will be supplied by the manufacturer. No exceptions. 22) Manufacturer must have a local service group that provides warranty repair, loaner units during completion of warranty repairs. Service group must be able to deliver loaner units on evenings and weekends (including holidays) and in case of emergency. Manufacturer will provide service and or loaner within 48 hours of first contact by USAMRIID. 23) Model specific service training and factory repair certification must be available to train Institute personnel. (Training need not be included in this purchase. But needs to be available to properly factory certify Institute personnel.) 24) Unit must come standard with casters. 25) Unit must not exceed 78 quote mark of vertical height after casters are installed. 26) Unit must not exceed 34 quote mark of width. 27) Unit must not exceed 39 quote mark of depth from front to back. All responsible sources may submit a quote, which shall be considered by the agency. The competitive solicitation, solicitation amendments and all questions and answers relating to this procurement shall be made available via the Internet at https://acquisition.army.mil/asfi/ or https://www.fedbizopps.gov. The solicitation is anticipated for release to the vendor community on or about August 28, 2014, and will only be available until September 5, 2014. Specifications of the requirement are provided in solicitation: W81XWH-14-T-0480. Potential offerors are responsible for accessing the website. Interested parties must respond to the solicitation in order to be considered for award of any resultant contract. To be eligible for an award, offerors SHALL be registered in the System for Award Management (SAM.gov) and have completed its representations and certification completed via SAM. Contractors may obtain information on registration and annual confirmation requirements via www.SAM.gov. All questions should be addressed in writing to Jennifer Hayden, Contract Specialist at jennifer.e.hayden.civ@mail.mil. Only one set of questions shall be received from each offeror. Numerous emails from one offeror shall not be accepted. No questions will be accepted after September 3, 2014 at 12:00 p.m. ET. Bidder lists will not be maintained. All interested parties shall provide their quote to Jennifer Hayden at jennifer.e.hayden.civ@mail.mil by 12:00 p.m. ET on September 5, 2014 in order to be considered for this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH14T0480/listing.html)
- Place of Performance
- Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
- Zip Code: 21702-5014
- Zip Code: 21702-5014
- Record
- SN03485900-W 20140830/140829022649-42bff020f774c19b3283c59719d56d75 (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 |