Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2016 FBO #5349
SOLICITATION NOTICE

66 -- Computer Controlled Open-Chamber Lab Dryer - FDA-RFQ-1169014

Notice Date
7/14/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333241 — Food Product Machinery Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services - Rockville, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001, United States
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-RFQ-1169041
 
Archive Date
8/6/2016
 
Point of Contact
Lisa K. Yaw, Phone: 2404024018
 
E-Mail Address
lisa.yaw@fda.hhs.gov
(lisa.yaw@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Food and Drug Administration’s (FDA) Center for Food Safety and Applied Nutrition (CFSAN) has a requirement for a “brand name or equal “ Wenger Computer Controlled Open-Chamber Lab Dryer to successfully complete current and pending scientific research projects. Part 1 - Description The U.S. Food and Drug Administration's (FDA) Center for Food Safety and Applied Nutrition (CFSAN) has a requirement for a "brand name or equal " Wenger Computer Controlled Open-Chamber Lab Dryer to successfully complete current and pending scientific research projects. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 separate written solicitation will not be issued. This solicitation is a Request for Quote (RFQ) using FAR Parts 12 and 13 procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-86. The North American Industry Classification System (NAICS) code for the proposed acquisition is 333241, Food Product Machinery Manufacturing. The associated small business standard is 500 employees. This requirement is for a small business set-aside. Part 2 - Supplies or Services and Prices/Costs Purchase Order Type: Firm-Fixed Price Base Year ManufacturerItem No.DescriptionQuantityPrice WengerLab Dryer or equal1 WengerInfrared Thermal Imaging Camera or equal1 WengerSteam Generator or equal1 WengerInstallation, Calibration, and onsite training or equal1 Shipping One (1) year warranty on parts, labor, and travel Total Firm-Fixed Price Option Years Option YearDescriptionPrice 1Service Agreement 2Service Agreement 3Service Agreement 4Service Agreement Total Firm Fixed Price The total price for the base and four option years is $____________. Part 3 - Description/Specifications 3.1 Background Commercial, forced hot-air drying processes are used in the production a variety of other low water activity products, including dehydrated vegetables, dried fruit, breakfast cereal, snack foods, pasta, quick-cooking rice, texturized vegetable protein, breading, jerky, snack foods and pet foods. Typically, these processes have limited efficacy with respect to the destruction of Salmonella, as dry heat is less effective than moist heat. Consequently, despite temperatures of 50-260°C, reductions in pathogen populations may be insufficient to reduce the risk of foodborne illness. The thermal inactivation that does occur during drying may be limited to the early stages of drying where the water activity of the product remains high. There is very little published data on the resistance of Salmonella in drying/dehydration processes. This instrument will reproduce commercial forced-air drying process conditions through precise control of temperature, humidity and air velocity. 3.2 Statement of Work/Salient Characteristics The instrument shall: •be used to scale-up industrial drying processes for many food manufacturers around the world. •be integrated into freestanding cabinet/workstation measuring not to exceed 32 in. (W) x 75 in. (L) and approximately 36 in. (H) (e.g. counter height ) with a polished 304 stainless steel work surface and side panels (16 ga. minimum) mounted on locking casters. Overall height including vent stack not to exceed 81.5 in. (H). •have air flow duct and food contact surfaces be of sanitary design consistent with USDA Guidelines •have a borosilicate glass product cylinder with approximate dimensions of 10 in. OD x 12 in H to accommodate a variety of products/densities (e.g., pet food kibble, puffed snack foods) with stainless steel mesh bottom, handles for operator manipulation •have air flow velocity of 0-1.52 m/s (variable frequency drive (VFD) controlled) •have an electric heater with process air temperature up to 260 °C •have a 20 kW, 2.0 BHP, 60 lb/hr steam generator for humidity control •have a scale (25 lb. capacity, 0.1 g resolution) to measure product weight •have a mounted infrared thermal imaging camera to measure product temperature in the sample cylinder •have electrical requirements of 460v / 60Hz / 3 PH and 120v / 60Hz / 1 PH •include Programmable Logic Controller (PLC) with a minimum 12 in touchscreen HMI control program panel start/stop logic with on-line adjustment of process air temperature, humidity and air velocity, and data acquisition of temperature before and after product bed, air velocity, humidity before and after product bed, load cell loss in weight, differential pressure before and after product bed, and control software including Ethernet communications. Delivery, Installation, Training and Warranty: •Installation shall include of the installation of the system and all components, as well as calibration, quantification, and software installation. •Shall include a demonstration/training for lab personnel •Shall include a warranty for at least one (1) year from date of installation which covers all labor, parts, and travel expenses required for repairs for equipment and software. Technical support and troubleshooting assistance shall be provided via phone, email, or live-chat interface. 3.3 Optional Service Agreement The FDA shall have a unilateral right to exercise optional periods to continue the service agreement described below: The offerors pricing for optional service agreement shall include coverage of labor, parts and travel expenses. Parts- The service plan will use Original Equipment Manufacturer (OEM) certified parts. Services On-Site- The contractor will initiate corrective maintenance/repairs within 48 hours from the service call. The repairs will be completed within 72 hours from the on-site arrival of the technician/service engineer. There will be no limit to the number of on-site repair service visits. The service shall be delivered by an authorized OEM service provider. Services Off-Site- Technical support and troubleshooting assistance will be provided by the contractor via phone, email, or live-chat interface within 1 hour of initial contact. Part 4 -Performance and Deliverables 4.1 Place of Performance and Work Hours All applicable equipment is located at the location listed below. Normal workdays are Monday through Friday except US Federal Holidays. Work hours are typically from 8 am to 5 pm (et). Service visits shall be coordinated with TBD, see below. Location and Point of Contact: Food and Drug Administration 6502 S. Archer Rd. Bedford Park, IL 60501 ATTN: TBD The system will be delivered to the address above for assembly, installation, and onsite training. 4.2 Period of Performance The equipment shall be delivered by November 15, 2016. The warranty shall start when equipment is installed and accepted by FDA and be in effect for one year. Optional Periods DeliverablePeriod of Performance Option Period 1 -Service AgreementTo begin 1st year following receipt of equipment Option Period 2 -Service AgreementTo begin 2nd year following receipt of equipment Option Period 3 -Service AgreementTo begin 3rd year following receipt of equipment Option Period 4 -Service AgreementTo begin 4th year following receipt of equipment
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-RFQ-1169041/listing.html)
 
Place of Performance
Address: Food and Drug Administration, 6502 S. Archer Rd., Bedford Park, IL 60501, United States
Zip Code: 60501
 
Record
SN04182589-W 20160716/160714234814-e88c2310522a0f16e8a4896363f95e47 (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.