Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 29, 2020 SAM #6756
SOLICITATION NOTICE

66 -- Sterilgard 604-WDU E, Biological Safety cabinet, Quantity 2

Notice Date
5/27/2020 8:31:38 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ2025383
 
Response Due
6/10/2020 8:00:00 AM
 
Archive Date
06/25/2020
 
Point of Contact
Margaret Schott, Phone: 4063759815
 
E-Mail Address
margaret.schott@nih.gov
(margaret.schott@nih.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and solicitation for commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-RML-B-2025383 and the solicitation is issued as a Request for Quotes (RFQ) for Brand Name or Equal equipment. This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-06 May 06, 2020. The North American Industry Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing with a small business size standard of 1000 employees. The requirement is being competed with a brand name restriction or equal, and without a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for: Quantity 2 each of Sterilgard 604-WDU E, Biological Safety cabinet, model number SG604-WDU. Units must be configured with the following: Momentum Air Curtain: Cabinet creates a strong air barrier or air curtain that is 100 FPS (feet Per Minute) at the front opening of the cabinet, twice that of the 50 FPS over the work area. Strategic position of stainless-steel diffuser just below supply filter creates faster airflow at front of work area. Airflow over center of work surface is gentle at nominal 50 fpm resulting air curtain combines with high-velocity return air slots, aerodynamically contoured front-opening surfaces, and optimum air intake velocity to minimize turbulence and prevent migration of airborne contaminants into or out of work area. High-Velocity Return Air Slots Capture Unfiltered Air Containment and cleanliness are achieved with precise control of airflow volumes and velocities. A unique feature in the Baker cabinet design, the high-velocity return air slots have been proven to maximize the biological safety cabinet�s protective capabilities. Prevent contaminants from migrating up behind the viewscreen or around the side wall and escaping into operator�s environment. They Run the length of the viewscreen opening. Ready Safe Mode: Saves Energy cost by reducing airflow up to 30% when view screen is closed, while still maintaining clean air conditions to NSF 49 standards. UniPressure� Preflow air management system. Innovative telescoping plenum provides direct seal of HEPA filter to full perimeter of all metal plenums, simplifying filter changes and decontamination, while increasing uniformity of airflow through supply filter. StediFlow�: Automatic motor control system that automatically adjusts up to 250% filter loading offering optimal filter life (12-15 years) and motor blower reserve.� AC- VFD Motor blower:� unit comes with a AC-VFD Motor blower (Alternating Current 3 phase- Variable Frequency Drive) much less costly to repair/replace than competitive DC Motors. Cable Port on the right sidewall to run tubing or cables without blocking front air grill and to pass thru a double sidewall gasketed and with negative pressure.� . One piece stainless steel back wall work area with radiused corners for ease of cleaning; straight backwall and low?profile drain pan. Double wall, all metal, negative pressure plenums completely surround work area to prevent contaminated air from entering lab. Stainless Steel Air Bypass Armrest with Closed Cell Neoprene Pad. High visibility viewscreen slanted 10 degree from vertical; constructed of 1/4� safety plate glass (opens to 19?3/4� for equipment loading). HEPA supply and exhaust filters Integrated receptacle for waste disposal Flush-mounted cover Electric hydraulic lift system Adaptive ergonomic design combined with adjustable mobile lift for work surface heights of 22"" to 40 1/2"" 12in Sash Height Cradle Lift Prefilters Shielded Motor � � Place of Performance: NIH, 903 South 4th Street, Hamilton, MT 59840, United States.� FOB: Origination � The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein.� The award will be based on the following; technical capability to meet the requirements and price. � � The following FAR provisions apply to this acquisition: � FAR 52.212-1 Instructions to Offerors Commercial Items (March 2020) � FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (March 2020) � FAR 52.204-7 System for Award Management (Oct 2018) � (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) � FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (Jan 2017) � 52.204�24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019) *** Must complete representation if attached to this solicitation- see attachment 52.204-24 � � The following FAR contract clauses apply to this acquisition: � FAR 52-212-4 Contract Terms and Conditions Commercial Items (October 2018) � FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (March 2020) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. � FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) � FAR 52.204-13 System for Award Management Maintenance (Oct 2018) � FAR 52.211-06 Brand Name or equal HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address:� http://farsite.hill.af.mil/vffara.htm By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than June 8th, 2020 @ 5:00 PM Mountain Time Offers may be mailed, e-mailed or faxed to Margaret Schott; (E-Mail/ margaret.schott@nih.gov). Offers shall include RFQ number in the subject line (RFQ-RML-B-2025383). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency.� Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to margaret.schott @ nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f5981fbab14b475cb44b8abbaa1c458b/view)
 
Place of Performance
Address: Hamilton, MT 59840, USA
Zip Code: 59840
Country: USA
 
Record
SN05672079-F 20200529/200527230200 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.