Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2015 FBO #4976
SOLICITATION NOTICE

66 -- Brand Name or Equivalent, Purchase of Beta Star Steam Sterilizer

Notice Date
7/7/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02RC52633-83
 
Archive Date
8/7/2015
 
Point of Contact
Gwennifer K. Epps, Phone: 240-276-5445, Terry Galloway, Phone: 240-276-5384
 
E-Mail Address
eppsg@mail.nih.gov, gallowaytl@mail.nih.gov
(eppsg@mail.nih.gov, gallowaytl@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
I. Description of Requirement The National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Biochemistry and Molecular Biology (LBMB), has the requirement to procure the following brand name item: a Sterilizer, Model LSII 202038 SSM-PHC,(Chamber Size 20"Wx20"Hx38"D); standard warranty manufactured by, RV Industries, Inc., 584 Poplar Road, Honey Brook, PA 19344, or Equal. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The combined synopsis/ solicitation number remains the same: N02RC52633-83. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 20) 05-72, (January 2014) Simplified Procedures for a Commercial Item. The Government contemplates only one award of a Firm-Fixed Price contract. The Associated North America Industry Classification Code (NAICS) 334516 and the Business Size Standard is 500. It has been determined there are no opportunities to acquire green products or services for this procurement. Only one award will be made as a result of this solicitation. The Laboratory of Biochemistry and Molecular Biology (LBMB), investigates the underlying mechanisms of chromosome biology, including heterochromatin formation, chromosome segregation, chromosome organization, and telomere maintenance, and to discover the causative effect of defects in these fundamental processes, in particular as they pertain to the initiation of cancer cell states. The processes are critical for maintaining the stability and function of the genome and when disrupted can critically impair cellular function, and lead to undesirable translocations and genome instability that can result in development of cancers. The lab takes a multidisciplinary approach, leveraging the power of yeast genetics, biochemistry, and innovative cell biological techniques, in the investigation of the biology surrounding chromosomes and the many mechanisms that ensure their stable maintenance. The LBMB plans to procure the installation/replacement of one steam sterilizer. The branch is in need of a reliable, sterilizer to replace a non-functioning unit that is outdated and unable to be repaired. The steam sterilizer will be used for sterilizing glassware, media, and laboratory waste as required for the research efforts of the laboratory. The sterilizer is an essential part of the decontamination and sterilization process performed by branch, and central to daily operations. Salient characteristics of the instrument include: a) Single Manual Vertical Door b) Conventional Steam Sterilization c) Chamber and Jacket piping is copper and brass d) Left Side Service e) Allen Bradley Micrologix: Renown, non-proprietary PLC control system by designed for ease of use and maximum cycle parameter flexibility for specialized products. Color touch screen HMI for convenient and intuitive functionality. Cycle times, phase status, temperature and pressure displays keep users informed of load conditions. f) Free standing installation g) Cabinet Enclosure Panels (Right and Left Side Panels) h) Water ejector vacuum with effluent temperature monitoring for reducing water usage and drain temperature to 140 degrees. i) House supplied steam j) Rack with two adjustable shelves and one bottom shelf II. Delivery Contractor(s) shall deliver the instrument 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 Representative (COR) to schedule the delivery date and time. III. Installation Contractor shall install the equipment (new) and have ready to use within seven (7) days after delivery and acceptance. 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 COR and NIH Commercial Accounts. BASIS FOR AWARD: Offerors must provide descriptive literature or other materials that demonstrate their offer meets the forgoing requirements. The contract will be awarded to the responsible offeror with the lowest price offer that fully meets the requirements of the solicitation. QUOTATIONS ARE DUE: July 23, 2015 at 11:00 am, EST. PROVISIONS AND CLAUSES: The following provisions and clauses will be incorporated by reference: 52.211-6 Brand Name or Equal (a) If an item in this solicitation is identified as quote mark brand name or equal, quote mark the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that quote mark equal quote mark products must meet are specified in the solicitation. (b) To be considered for award, offers of quote mark equal quote mark products; including quote mark equal quote mark products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate quote mark equal quote mark products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an quote mark equal quote mark product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items: The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. 52.212-3 Offerors Representations and Certifications Commercial Items (November 2013) WITH DUNS NUMBER ADDENDUM (52.204-6 (July 2013): 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items (January 2014). The following additional FAR clauses cited in this clause are applicable: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8 Utilization of Small Business Concerns 52.219-28 Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-37 Employment Reports on Veterans 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-1 Buy American Act - Supplies 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer System for awards Management 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels 52.246-2 Inspection of Supplies-Fixed Price Full text copies of the representations and certifications for other cited provisions and clauses many be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/reference.jsp or from Gwennifer Epps, Contracting Officer at eppsg@mail.nih.gov. Quotations must be received in the NCI-OA contracting office by 11:00 a.m. EST on July 23, 2015. Please refer to the solicitation number: N02RC52633-83 on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will NOT be accepted. 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) through sam.gov. All questions shall be in writing and may be addressed to the aforementioned individual noted above by July 23, 2015. No collect calls will be accepted. In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representation and Certifications Applications (ORCA) through sam.gov. Primary Point of Contact: Gwennifer Epps, Contracting Officer eppsg@mail.nih.gov phone: 240-276-5445 fax: 240-276-5401
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC52633-83/listing.html)
 
Place of Performance
Address: National Cancer Institute, 37 Convent Drive, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN03786994-W 20150709/150707234843-7e8fd23617b1235898d0fa848e671b2c (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.