Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2004 FBO #0977
SOLICITATION NOTICE

66 -- Instruments and Laboratory

Notice Date
7/28/2004
 
Notice Type
Solicitation Notice
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
 
ZIP Code
20817
 
Solicitation Number
RFQ4070
 
Response Due
8/12/2004
 
Archive Date
8/27/2004
 
Point of Contact
Roshawn Simpson, Purchasing Agent, Phone 301-402-6684, Fax 301-480-3695, - John Foley, Contracting Officer, Phone 301-402-2284, Fax 301-480-0689,
 
E-Mail Address
rsimpson@niaid.nih.gov, jfoley@NIAID.NIH.GOV
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This procurement is being issued as a request for quotes (RFQ). Submit offers on RFQ4070. This solicitation and its? incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. This acquisition will be processed under Simplified Acquisition Procedures and not a Small Business Set-Aside. The North American Industry Classification System (NAICS) Code for this acquisition is 334517 and the small-business size is 100. This is a fixed-price contract. The National Institutes of Allergy and Infectious Diseases (NIAID) intends to procure (1) brand name or equal to a CT/SPECT Scanner (scanner) as defined by the American College of Radiology for the to be constructed NIAID Integrated Research Facility (IRF) at Fort Detrick, MD. NIAID is in the process of designing and constructing a state of the art Integrated Research Facility (IRF). At the time of delivery, the scanner must be state-of-the-art, with full complements of accessories and modified to suit the containment application. The offeror will be responsible for modifications of the equipment to meet containment requirements and will work with the project design team to ensure containment requirements are met. The offeror will be required to participate in mock up and tests with the design team to ensure the containment integrity and provide for up to four (4) factory trips for a team of four (4) (commissioning agents and NIAID representatives) to witness all acceptance testing. The offeror shall comply with the following general considerations in high containment: (1) areas and spaces where animals will be processed before, during and after scan procedures shall operate under the guidelines of Biosafety in Microbiological and Biomedical Laboratories, 4th Edition (BMBL), CDC/NIH; all standard practices and special practices as outlined in the BMBL for ABSL-4 suit laboratories and for ABSL-4 vertebrate animal holding shall be practiced as standard operating procedures; (2) primary containment, as outlined in the BMBL, will be adopted where possible for limiting aerosol generation of infectious agent and preventing cross-contamination with other experiments. As such, animals will wherever feasible, be kept in primary containment devices, including during imaging procedures; (3) separation of containment and non-containment zones shall be by a containment barrier; the barrier shall be constructed such that it can meet air tightness criteria (pressure decay test) and withstand chemical corrosiveness testing common for all containment spaces in this project as contained in the BMBL guidelines. Construction of the containment barrier shall be by the General contractors unless the required equipment forms part of the containment barrier; those parts of the equipment forming the barrier and exposed to the contaminated side shall perform to the same standards as the rest of the barrier; (4) install all feasible equipment parts in non-containment space, separated from the containment zone and orient equipment so that regular and long-term maintenance can be performed without entering the containment zone and (5) maintenance and calibration that can not be performed outside the containment zone shall be performed either once annually (post fumigation of space) or shall be performed in compliance with the standard and special practices as described in the BMBL for BSL-4 suit laboratory space. To minimize the footprint within the containment area, locate all support equipment and support space in the service floor directly above the magnet or gantry as feasible. The offeror must comply to the following specific high containment design issues: (1) containment barrier - (a) isolate of bore/gantry space; (i) separate the animal (patient) zone from the equipment magnet bore space or gantry and develop with the project design team separation containment by means of a sealed tube extension of the containment barrier; modify equipment (removal of cladding, etc.) to provide enough space inside tube for group 2 non-human primate that is inside isolation device; (ii) assist project design team in designing animal isolator and provide information with respect assist is integration of RF coils within isolator design; (iii) develop calibrated movement system (table mechanics) within containment ?tube.? and (iv) visual access of the animal patient is required by the person at remote controls (may be via CCTV); (b) cable routing across containment barrier ? (i) assist the project design team in designing all cable penetrations across the containment barrier; (ii) wiring and cable penetrations across the containment barrier must be constructed to meet containment barrier performance criteria; typically, cable shielding will be stripped to expose conductor; solid conductors, not multi-stranded, are preferred and may be required; conductors are encased in epoxy or other material resistant to chemical typically used in containment environments to provide a gas-tight penetration and (iii) provide redundant cabling for future applications. Unless cables can be changed out, provide 100% redundancy of all conductors; (2) controls and interfaces: (a) separation of animal procedure and control space; (i) equipment controls and data capture will be separated from animal patient procedure room. Controls will be operated form outside containment. Separate animal handler will process animal patient in the equipment. (ii) animal handler may need to work with, modify the animal patient?s physical and metabolic condition before, during and after a scan procedure, including administration of additional. Assist the design team to work through these procedures and confirm the ability to safely and efficiently do same (this is not anticipated to require equipment modification at this time); (b) equipment Controls and Operation: (i) customize equipment controls where practical to operate outside the containment zone; (ii) where controls and user interface are required in the containment zone, ensure that the operation is manageable in a BSL-4 suit laboratory environment; (iii) controls, including electronics and switches that are installed in the BSL-4 suit environment must be able to withstand fumigation decontamination processes or must be able to be easily disconnected and stored when the general space undergoes decontamination; (c) communication between control space and animal handler; (3) Decontamination; (a) Fumigation; (i) investigate compatibility with current fumigation methods for decontamination, including paraformaldehyde, vaporized hydrogen peroxide, and chlorine dioxide. Assist the design team in integrating decontamination strategies with equipment; (ii) modify equipment to promote complete surface fumigation decontamination. Eliminate concealed and hidden surfaces that can be inspected and surface decontaminated; and (4) physical requirements; (a) structural; (i) maximum total weight (individual equipment) 8Kpa; (ii) maximum point load 34Mpa. Equipment must be analyzed for containment design issues such as: installation access; maintenance access; removal access; equipment size and weight; life cycle expectations and decontamination, effects on equipment and shielding etc. Upon acceptance of such test by NIAID, the offeror will be required to schedule the delivery, receiving and installation with the project officer (TBD). The approximate final construction of the IRF is estimated to be mid- FY 2007. Delivery will not take place until the building is completed. NIAID is not or will not be responsible for storage of the equipment before the final acceptance of equipment in place. After the completion of the installation of equipment on site, the offeror will be required to test and commission the equipment for final acceptance by NIAID. Additional maintenance requirements will be by an NIAID representative and the offer after final acceptance of the scanner. FOB point shall be destination. The FAR provisions and clauses that apply to this acquisition: FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications - Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; Offers will be evaluated on the following factors: 1) Technical approach to meet containment requirements (30 points); 2) Approach to working with the IRF Project Team (30 points); 3) Approach to ensure meeting the IRF design schedule (30 points); and 4) Past performance (10 points); The technical portion of proposal will receive paramount consideration in selecting a offeror. However, cost will also be a significant factor in the event that two or more offerors are determined to be essentially equal following the evaluation of technical factors; FAR 52.212-4 Contractor Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items ? Commercial Items; applications and operator?s training, maintenance training; warranty period, special tools, test equipment, preventive maintenance and corrective maintenance should all be addressed; FAR 52.225-3, Buy American Act also applies. Offerors must include with their offer a completed copy of provisions at FAR 52.212-3; Offerors Representations and Certifications - Commercial Items. The Government intends to make a best overall value buy to the responsible offeror whose offer is most advantageous to the Government. Proposals should be three lines [design, testing, and equipment] with one (1) final total. Offers must be submitted no later than 5:00 P.M. Eastern Daylight Time (EDT), August 12, 2004 to Ms. Roshawn Simpson. Copies of the aforementioned clauses are available upon request by telephone to Ms. Roshawn Simpson at (301) 594-3419. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE70, Room/2NE70F, MSC/4812, Bethesda, MD 20817-4812. Requests for information concerning this requirement are to be addressed to Ms. Roshawn Simpson at (301) 594-3419. Collect calls will not be accepted. All responsible sources may submit an offer that will be considered by this agency.
 
Place of Performance
Address: National Institutes of Health,, Bethesda, Maryland
Zip Code: 20892
Country: USA
 
Record
SN00631897-W 20040730/040728211841 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.