Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2006 FBO #1529
SOLICITATION NOTICE

41 -- Ultra-Low Blood Bank Freezer

Notice Date
1/31/2006
 
Notice Type
Solicitation Notice
 
NAICS
423740 — Refrigeration Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, MD, 21702-9203
 
ZIP Code
21702-9203
 
Solicitation Number
N62645-06-T-0070
 
Response Due
2/10/2006
 
Archive Date
2/25/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The Request for Quotation number is N62645-06-T-0070. Provisions and clauses in effect through Federal Acquisition Circular 2005-08 are incorporated. NAICS 423740. The proposed contract is 100% set aside for small business concerns. The Naval Medical Logistics Command, Fort Detrick, MD intends to negotiate with vendors on an open competitive basis to procure an ultra-low blood bank freezer on behalf of the United States Navy. Offerors are required to forward proposal and technical documentation by 10 February 2006. The technical documentation will be compared to the essential minimum salient characteristics and the evaluation factors listed below: 1) MINIMUM SALIENT CHARACTERISTICS: The unit shall be an upright ultra low temperature freezer suitable for use in blood banking with a minimum capacity (internal storage) of not less than 200 plasma boxes on standard racks. Carousel type storage is not acceptable. The freezer provided shall operate from a line voltage of 115 VAC + 10%, 60 + 2 Hz. The unit shall operate in an operator selectable temperature range of 65o to 86oC ( 85o to 121oF). Exterior dimensions shall not exceed 27 inches wide or 35 inches deep and 74 inches high. The unit shall be equipped with an external temperature recording/-indicating Device that will function on self contained battery power in the event of source/line power failure. The unit, as provided, shall be equipped with all exterior and interior surfaces constructed of stainless or corrosion resistant material. The unit shall be equipped with insulation, which totally encapsulates the freezer compartment. The freezer compartment door shall be equipped with a sealed door gasket constructed of a material that will remain flexible at the expected temperatures of use. The system shall employ solitary or cascade compressor refrigerant circuits and be equipped with a single or dual (parallel) refrigerant system. The unit shall be equipped with a door lock and an on/off switch. The unit shall be equipped with a line and battery powered (back up) audiovisual alarm system for deviations of preset temperatures and loss of power. The temperature alarm sensitivity shall be operator selectable to within 5oC rise of the set temperature. The freezer shall be supplied with all connections necessary to implement a back up carbon dioxide (CO2) refrigeration system for long-term power loss. The freezer shall be equipped with a hard copy temperature recording device (externally mounted) capable of recording the full range of temperature operation for a minimum of seven (7) days. 2) EVALUATION FACTORS: Technical proposals must include sufficiently detailed information to enable evaluation based on the four (4) factors listed below in order of decreasing priority: 1.) Equipment Factors; Maintenance and Repair 2.) Human Factors; a.) Simplicity; b.) Ease of Use; 3.) Service; a.) Warranty; b.) Parts Availability; c.) Parts Cost; d.) Serviceability; and 4.) Instruction Materials; a.) Operator?s Manual; b.) Maintenance Manual. 3) REGULATOR REQUIREMENTS: The upright ultra low temperature freezer and all of it?s components, shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. PROPOSAL REQUIREMENTS: (1) A document addressing compliance for each of the MINIMUM SALIENT CHARACTERISTICS. This document shall be in sufficient detail to show compliance with all items specified under the numbered paragraphs. In the event of a non-concur an explanation must be provided to support. (2) Any brochures, technical or product literature to support the items offered. Contract award will be based on 1) Determination of technical acceptability of items offered and 2) Determination of low price. Companies must be registered in CCR; provide DUNS number; Cage Code and TIN. FAR 52.219-6 Notice of Total Small Business Set-Aside applies to this acquisition. Companies must also comply with DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004). PROVISIONS at FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED. Offeror shall include a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. Offeror shall include a completed copy of provision at DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items. Addenda to this provision include FAR 52.247-34, F.o.b. Destination; DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate; and 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. FAR 52.212-4, Contract Terms and Conditions---Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. In compliance with said clause, the following FAR clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, applies to this acquisition. In compliance with said clause, following additional DFARS clauses apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.219-7005, Incentive for Subcontracting with Small Business, Small disadvantaged Businesses, Historically Black Colleges and Universities and Minority Institutions, Alternate I; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7007, Trade Agreements; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, North American Free Trade Agreement Implementation Act; 252.247-7024, Notification of Transportation of Supplies by Sea. Proposals shall be submitted by email only to Sandra A. Musgrove, samusgrove@nmlc.med.navy.mil. Proposals are due by 4:00 p.m. EST on 10 February 06. Any questions must be addressed to Sandra A. Musgrove by email only, by 4:00 p.m. EST on 8 February 06. No phone calls accepted.
 
Place of Performance
Address: 1681 Nelson Street, Fort Detrick, Maryland
Zip Code: 21702
Country: United States
 
Record
SN00977565-W 20060202/060131215231 (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.