Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2007 FBO #2106
SOLICITATION NOTICE

66 -- Steam Sterilizer

Notice Date
8/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, MD, 20814-4799, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-VSD70002003
 
Response Due
9/19/2007
 
Archive Date
10/4/2007
 
Description
The Armed Forces Radiobiology Research Institute (AFRRI) located on the National Naval Medical Campus in Bethesda, MD has a requirement for a Steam Sterilizer. The required specifications for the Steam Sterilizer are: 1.) Century Control System (standard): To monitor and control all sterilizer operations and functions; 2.) Vertical Sliding Door: Touch-pad activated; non-lubricated, steam activated door seal; 3.) Modularized Vessel and Piping: Designed to be integral to the sterilizer; 4.) Resistance Temperature Detectors (RTD): Installed in chamber drain line and chamber jacket to sense and control temperature variations within the chamber; 5.) Electronic Water Saving Control: To control the amount of water used in condensing exhausted chamber steam; 6.) Software Calibration: For all temperature and pressure inputs; 7.) Interface Port RS-232: For downloading cycle information to user-furnished data acquisition system. 8.) Optimal Solution Cooling: To safely cool various liquids in vented, borosilicate glass containers with minimum liquid loss due to boil-over, and to keep normal evaporation loss below 5 percent. 9.) Automatic Utilities Startup/Shutdown: To shut off all utility valves, permitting slow cooling of the entire vessel and load. Programmed and manual restart options. 10.) Steam Bleed: Constant steam flow supplied across chamber RTD to assure even temperature distribution and temperature control. 11.) Steam Purge: To assist in air removal and to preheat load. 12.) Automatic Steam Shutoff to Jacket: For isothermal and liquid cycles; to allow operation of cycles at lower temperatures and more efficient load cooling. 13.) One-piece Insulation Sleeve: Fitted around exterior of sterilizer vessel. 14.) Lighted DIN Connectors: installed on all steam, water, and exhaust valves for reliability and ease of maintenance. 15.) Control Lockout Switch: Limit switch on chamber door to prevent cycle from starting unless door seal is tight against the door. 16.) Chamber Float Switch: To activate alarm, abort cycle, and safely vent chamber with a controlled exhaust if excessive condensate is detected in vessel chamber. 17.) Door Interlocks (Double Door units only): To allow only one door to be opened at a time, and to prevent non-operating end door from being opened until a satisfactory cycle is complete. 18.) Pressure Relief Valve: To limit the amount of pressure buildup so that the rated pressure in the vessel is not exceeded. 19.) Chamber Drain System: To prevent pollutants from entering into the water supply system and sterilizer. Automatic stainless steel plate-type condensing system to convert chamber steam to condensate and to dispose it to waste. 20.) Vacuum System: Mechanical vacuum pump to reduce chamber pressure during the prevacuum and post-drying phase. Air to be drawn from the chamber through the vacuum system following the dry phase, chamber vacuum to be relieved to atmospheric pressure by admitting air through a bacteria-retentive filter.21.) 26x26x39 Chamber Size. This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quotes (RFQ) for a commercial item in accordance with FAR part 12, Acquisition of Commercial Items, and FAR part 13, Simplified Acquisition Procedures. It is the responsibility of the contractor to monitor FedBizOpps (http://www.fbo.gov) for amendments to the solicitation. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular 05-18. Delivery and acceptance is at the Armed Forces Radiobiology Research Institute. Questions will not be answered over the phone and questions submitted after September 12, 2007 at 4:00pm will not be answered. All quotes must be valid until September 30, 2007, and submitted by September 19, 2007. Quotes may be e-mailed to kjohnson@usuhs.mil, or faxed to 301-295-1716, or mailed. The Government requires the best commercial warranty offered to the general public and their best customer. The contractor shall provide pricing for the following Steam Sterilizer. This requirement is set-up as follows: Contract Line Item Number (CLIN), Description, and Quantity: CLIN 0001 Steam Sterilizer, 1 EA. The Government will award a firm fixed price (FFP) contract resulting from this solicitation to the responsible offeror whose offer, conforming to this announcement; will be most advantageous to the government, price and other factors such as quality of the product are considered. To be considered please provide the spec and/or literature documentation of the Steam Sterilizer. To be eligible for contract award, a contractor must be registered with the Central Contractor Registration (CCR) database. For instructions on registering with the CCR, please see the CCR web site at http://www.ccr.gov. All offerors are required to submit a completed copy of the Federal Acquisition Regulations (FAR) provision, 52.212-3, Offeror Representations and Certifications-Commercial Item, prior to an award. FAR provisions, 52.212-1, Instruction to Offerors, Commercial Items and 52.212-2, Evaluation-Commercial Items, apply. FAR clauses, 52.212-4,Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial (clauses cited therein are applicable), and 52.217-6, Option for Increased Quantity, are incorporated by reference. Direct any questions or inquires in writing to Kiesha Johnson, Contract Specialist, at Directorate of Contracting, RM: A1040C, USUHS, 4301 Jones Bridge Road Bethesda, MD 20814-4799 or via e-mail: kjohnson@usuhs.mil
 
Place of Performance
Address: 4301 Jones Bridge Rd., Bethesda MD,
Zip Code: 20814
Country: UNITED STATES
 
Record
SN01392812-W 20070902/070831223101 (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  © 1994-2020, Loren Data Corp.