MODIFICATION
66 -- Air Generator and Compressor, Hydrogen Generator and 2 option year service plan
- Notice Date
- 8/3/2016
- Notice Type
- Modification/Amendment
- NAICS
- 334516
— Analytical Laboratory Instrument 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-SOL-1166783
- Archive Date
- 8/11/2016
- Point of Contact
- Alphonso M. Simmons, Phone: 3017965141
- E-Mail Address
-
alphonso.simmons@fda.hhs.gov
(alphonso.simmons@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- PART 1 - Description This is a Combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in FAR Subpart 12.6 and FAR Part 13 and as supplemented with additional information included in this notice. This Request for Quotation (RFQ) announcement constitutes the only solicitation that will be issued; a quote is being requested and a written solicitation will not be issued. The government contemplates a Firm-Fixed Price Purchase Order resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1 dated June 15, 2016. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing; the small business size standard is 1,000. PART 2 - Supplies or Services and Prices/Costs SALIENT CHARACTERISTICS All of the following are minimum requirements. Equivalent requirements that differ from these minimum requirements must be justified by the proposing vendor and evaluated by the Government. **Offerors shall address each of the salient characteristics in order to be considered.** Specifications: The equipment shall comply with all of the following: •Must include two option years after the extended one year Service Plan which include: -One onsite visit per year. -All maintenance parts, labor and travel fees. -Compressor service and replacement when required. -Full system check. -Repairs services with engineer on site when needed with labor, parts and engineer fees included. Hydrogen Generator: •Must be easy to start-up and shutdown. •Must provide carrier grade hydrogen gas for contemporary gas chromatography instruments up to 100 psi. •Must supply and maintain hydrogen flow for use as carrier gas (at least 10 mL/min flow rate) for up to two gas chromatography instruments with split injection ratios less than 30:1 and as the fuel gas (flow rate of at least 100mL/Min) for three flame ionization detectors with high purity (99.9999%). •Must use deionized water (>1M Ω-cm resistivity) as the input source. The water supplied should be connected directly and contain a water reservoir to add water manually. •Should supply high level purity Hydrogen gas (99.9999%) with low moisture (<1ppm). •Must generate Hydrogen on demand. •Must have an internal leak detection system with automatic shutdown. •Must be small and stackable. Should take less bench space as possible. •Must have minimal hydrogen storage (for safety reasons). •Power connection must be 110V. •Minimal noise emission Air Generator: •Must be easy to start-up and shutdown. •Must provide purified air for up to three flame ionization detectors up to 80 psi with ambient air as the source. •Must supply Air for use as combustion gas for flame ionization detector on three instruments. •Must simultaneously provide and maintain Air gas flow of at least 1,000 mL/min with high purity and low moisture to three FID. •Must produce air with low hydrocarbon content (<0.5ppm) and particles (<0.01ppm) •Must require minimum maintenance. •Must be small and stackable. •Power connection must be 110V. Compressed air Generator: •Must provide enough pressure to the Air Generator •Minimal noise emission •Minimal Vibration •Must have a service or maintenance indicator •Power connection must be 110V. Technical Acceptability Criteria The Government will evaluate the contractor's quote for technical acceptability based on the following: 1) Offers shall provide specifications confirming the instrument meets the technical salient characteristics/specifications and requirement in accordance of this RFQ and Part 3 of this RFQ and 2) The offeror shall state their ability to "meet or exceed" scope of service requirements in accordance of this RFQ. SAM: All interested offerors shall be registered in the System for Award Management (SAM), if the offeror is not registered in SAM, please visit https://www.sam.gov. You will need your Tax ID, DUNS Number and banking information. Vendors who are not registered in SAM will not be eligible for award. The Government reserves the right not to negotiate and award without discussion. QUESTIONS are to be submitted via email to alphonso.simmons@fda.hhs.gov no later than August 5, 2016 3:00 PM ET. They will be addressed via an update to the solicitation by COB on August 5, 2016. QUOTATIONS shall be submitted via email to alphonso.simmons@fda.hhs.gov by August 10, 2016 by 3:00 PM ET. Responses received after this time will be considered nonresponsive and will not be eligible for award. Please review the attached documents for the complete solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-1166783/listing.html)
- Place of Performance
- Address: Food and Drug Administration, Southeast Regional Laboratory (SRL), 60 Eight Street NE, Atlanta, GA 30309, United States
- Zip Code: 30309
- Zip Code: 30309
- Record
- SN04207066-W 20160805/160803234604-1a7f9c810a8aa9575a461c3452e33909 (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 |