Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 15, 2025 SAM #8663
MODIFICATION

66 -- 100% ISBEE Set-Aside Pharmacy/Laboratory Biological Safety Cabinets and Fume Hoods

Notice Date
8/13/2025 9:26:59 AM
 
Notice Type
Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
 
ZIP Code
57401
 
Solicitation Number
75H70625Q00155
 
Response Due
8/27/2025 3:00:00 PM
 
Archive Date
09/11/2025
 
Point of Contact
Erin Doering, Phone: 6052267662, Fax: 6052267689
 
E-Mail Address
Erin.Doering@ihs.gov
(Erin.Doering@ihs.gov)
 
Small Business Set-Aside
ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)
 
Description
***100% Indian Small Business Economic Enterprise Set-Aside*** Request for quotation for LabGard NU-543 Class II Type A2 Biosafety Cabinets and accessories for the Fort Thompson IHS Health Center and the Kyle IHS Health Center. Period of performance will be date of award with delivery no later than 120 days after award. All proposals must be submitted by August 27, 2025. Facsimile proposals will not be allowed. Emailed proposals are allowed and must be submitted to Erin.Doering@ihs.gov. No original copy is required to be submitted. Any questions regarding this solicitation must be submitted inwriting by 1:00 pm Central Daylight Time on August 18, 2025. Brand Name Justification Justification Narrative: Biological Safety Cabinet needs to be class 2 and fit certain dimensions established by the Mechanical Engineer for the SU Pharmacy renovation. This model is being standardized as Pharmacy renovations move forward. Ft. Thompson and Kyle Pharmacy renovation layouts have already been finalized with the NuAire Biosafety cabinet information utilized for space, venting, and servicing needs. Impact to Government if not awarded in accordance with above: Failure to award as requested has the potential to negatively impact the Service Unit Pharmacy renovations by introducing delays if renovations must be paused for layout rework. This would result in Contractor pauses while adjustments are made to accommodate a different platform and may increase overall cost to the Government. Salient Characteristics: Access Opening Glass Type: Tempered Armrest: Standard Plastic with Optional Stainless Steel Cabinet Construction: All welded stainless steel 16/18 GA, Type 304 pressure tight design Casters: N/A Decontamination Seal-able Window: N/A Diffuser: Metal, non-flammable Drain Valve Location: Front right Exhaust Filter: 11 1/2-inch (292 mm) 99.99% Efficiency on 0.3 microns Front & Control Panel Material: Painted Steel HEPA Filter Seal Type: HEPEX Zero Leak Neoprene Seal, Spring-loaded Lighting: LED Main Cabinet Wrap: Single Piece Stainless Steel Side and Back Wall Construction Motor(s): 1/2 HP DC ECM Plenum Type: HEPEX Pre-filter: N/A Style: Bench top w/ base stand (to include casters) Supply Filter: 3-inch (76mm) 99.99% Efficiency on 0.3 microns Viewing Window Inches (mm): 21 (533) open to fully closed Work Access Opening(s): 10-inch Work Surface: One-Piece Dished Stainless Steel with Prop-Up Rod Work Zone Wrap: Single Piece Stainless Steel Side and Back Wall Construction Electrical: 115V, 60 Hz, 15 Amp, NEMA 5-15P Remote Alarm Terminals: Standard Safety Certification: UL, UL-C Evaluations Factors for Award This award selection will be conducted using Lowest Price Technically Acceptable (LPTA)procedures. To be eligible for award, a proposal must meet all technical requirements, conform to all required terms and conditions, and include all information required. All non-price evaluation factors must be rated at ""ACCEPTABLE"" in order to be eligible for award. An ""UNACCEPTABLE"" rating in any factor will result in the proposal being rated ""UNACCEPTABLE"" unless corrected through discussions. A proposal rating of ""UNACCEPTABLE"" makes a proposal ineligible for award. Since the LPTA methodology prohibits trade-offs, all evaluation factors and sub-factors are equally important. Proposals are evaluated for acceptability but not ranked using the non- price factors. A price evaluation will be performed for all offerors and proposals will be ranked from lowest to highest price based on the Total Proposed Price (TPP) provided by the offeror on the price schedule sheet. Next, an evaluation of each factor and, subsequently, the overall proposal will be performed beginning with the lowest priced proposal. Award will be made to the lowest evaluated priced proposal meeting the acceptability standards for the non-price factors. The Government intends to award a contract without conducting discussions; therefore, the initial proposal shall conform to the solicitation requirements and should contain the best offer from a technical and price perspective. Note: A price that is found to be either unreasonably high or unrealistically low in relation to the proposed work may be indicative of an inherent lack of understanding of the solicitation requirements and may result in the overall proposal being considered unacceptable. INTENT TO AWARD WITHOUT DISCUSSIONS The Government intends to evaluate proposals and award a contract without discussions with Offerors. Therefore, the Offeror's initial proposal should contain the Offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. In the event discussions are held, a competitive range determination will be made. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. However, The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Quotation must set forth, full, accurate and complete information as required by the Request for Quotation (RFQ), and be returned no later than the date referenced in Block #10 of the Request for Quotation form SF-18. All required information must be submitted in order to be considered responsive and eligible for award. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm until at least September 30th. All required information must be submitted in order to be considered responsive and eligible for award.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/78329485add043bc9b0c874da513f874/view)
 
Place of Performance
Address: Fort Thompson, SD, USA
Country: USA
 
Record
SN07548540-F 20250815/250813230045 (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.