Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2009 FBO #2671
SOLICITATION NOTICE

66 -- Medial Breathing Air System

Notice Date
3/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
 
ZIP Code
72079-9502
 
Solicitation Number
FDA-SOL-09-A105493
 
Archive Date
5/13/2009
 
Point of Contact
Karen L Conroy,, Phone: 781-596-7715, Priscella T. Sullivan,, Phone: 214-253-5274
 
E-Mail Address
kconroy@ora.fda.gov, priscella.sullivan@fda.hhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the federal Acquisition Regulation (fAR) format in Subpart 12.6, as supplemented with addtional information included in this notice. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. this requirement is being issued in conjunction withy Far part 13 Simplified Acquisiion Procedures, as applicable. The solicitation number is FDA-SOL-09-A105493. This solicitation is issued as a request for Quotes (RFQ) ans is set aside for small business concerns. The solicitatin document and incorporated provision and clauses are those in effect throuth fEderal axquistion circular (fAC) 2005-26. The associated North American Industry Classification system (NAICS) Code is 333912. All Other Industrial Machinery Manufacturing: Small Size standard is 500 employees. The Food & Drug Administration is soliciting for an Oil free Medical Breathing Air Package. The requirements are as follows: FURNISH AND MOUNT TO BUILDING FRAMEWORK: I. Oil free medical breathing air package to deliver 2,600 liters per minute flow at 100 psig (6.8 bar) delivery, skid mounted design having 2 oil less reciprocating compressors, dual air dryers with purge control, dual filtration system, “CO” and “Dew Point” monitors, wired control panel and corrosion resistant air receiver. II. Compressors shall be belt driven, oil-less, rotary, reciprocating, 2 stage, air cooled construction with absolutely no oil required for operation. III. The air receiver shall conform to ASME standards for compressed gas. IV. Control panel shall be U.L. listed per UL-508, in a NEMA 12 enclosure, with 2 control transformers featuring primary and secondary disconnect protection. Panel shall provide alternating, sequenced operation with “Reserve Pump in Operation” visible and audible alarm. V. Air purification shall include: A. Dual, heatless desiccant dryers. B. Dual pre, after and final; filters. C. Dual pressure reducing valves. D. Automatic “Dew Point” dependant bed switching to reduce purge frequency. E. OSHA, Grade “D” breathing air. Equipment for monitoring shall include: A. Carbon Monoxide monitor with audible and visual alarms. B. Dry contacts for remote alarm. C. “Dew Point” monitor with audible and visual alarms. B. Dry contacts for remote alarm. Additional requirements: Special instruction 1) Vendor shall visit the job site, measure access path restrictions, verify equipment footprint and skid mounting to the structure. 2) Vendor shall provide drawings for IIT Facilities approval prior to manufacture, including electrical connection data, drain requirements, ventilation and other utilities and services. Verify adequate maintenance access. 3) Vendor shall construct modular skid to insure equipment placement on site with no need for existing plant equipment disassembly. 4) Vendor shall assemble and host IIT for a Factory Acceptance Test at their facility prior to shipment. IIT requires 48 hour notice. Shipping is FOB factory with freight as a separate line item. To include factory acceptance testing and certified dimensioning needed because of tight delivery route. Delivery to be within six to eight weeks of receipt of order. Evaluation criteria is as follows: (1) Technical Specifications (2) Pricing (3)Past Performance Payment: upon receipt and accertance of product. CCR: Vendors must be registered in the Central contract Register prior to the award of a contract. You may register by going to WW.ccr.gov. You will need your Dunn * bradstreet number and banking information.Pament schedule is net 30. All questions are to be submitted via email to Karen.Conroy@fda.hhs.gov no later than 4/24/2009 no later than 2:00pm eastern standard time. Standard commercial Warranty is required: The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None The provision at FAR 52.212-2- evaluation-commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose order conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (I)technical capability of the item offered to meet the Government’s requirement (ii) Past Performance (iii) Price Technical and Past Performance when combined are of equal importance to price. Technical acceptability will be determined by review of information submitted by the offeror which must provide description in sufficient detail to show that the product meets the Government’s requirement. Past Performance information to include recent and relevant contract for the same or similar items including; contract numbers, points of contact with telephone number and other relevant information. The government is not responsible for locating ort securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the product and or service meets the technical requirements. Offerors shall include technical specification. Descriptive material literature, brochures and other information corresponding to each minimum required item. Which demonstrated the capabilities of the offeror? The government reserves the right to make an award without discussion The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors shall complete and return a copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act-Supplies," the offeror shall so state and shall list the country of origin. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following agenda have been attached to the clause. None. The clause a FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52,222-3652.222-50, 52.225-1, 52.225-1 3, and 52.232-33. The following additional provisions and/or clauses apply: 52.204-7. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov/far/ CCR Requirement - Company must be registered in the Central Contractor Registration (CCR) system before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http:/lwww.ccr.gov. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. It is the offeror's responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any). An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. All responsible sources may submit an offer, which shall be considered. The offer must reference solicitation number FDA-SOL- 09-A1095493. The Offers must be submitted by emailil to e Karen.Conroy@fda.hhs.gov 4/28/2009 no later than 12:00pm Easternl Standard Time
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=baf7aff5bba992df0eb0839299beee02&tab=core&_cview=1)
 
Place of Performance
Address: Dr. Alvin Lee, IIT-NCFST, 6602 S. Archer Road, Bldg. 91E, 2nd floor, Summit-Argo, Il 60501, Sumit-Argo, Illinois, 60501, United States
Zip Code: 60501
 
Record
SN01771693-W 20090320/090318215411-baf7aff5bba992df0eb0839299beee02 (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.