Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2010 FBO #3185
MODIFICATION

66 -- 3 LAB 250 Scientific Laboratory Steam Sterilizer - BRAND NAME OR EQUAL

Notice Date
8/12/2010
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-SOL-1077217
 
Archive Date
9/2/2010
 
Point of Contact
kara stith, Phone: 3018277045
 
E-Mail Address
kara.stith@fda.hhs.gov
(kara.stith@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-30. This announcement constitutes the only 100% small business set aside solicitation and a written solicitation will not be issued. This synopsis, NAICS code 334516, is to notify contractors that the government intends to issue a Firm Fixed Price Purchase Order in accordance with FAR Part 13.106 for the following statement of work, under the simplified acquisition procedures. Any firm that believes it is capable of providing the required service as stated herein may submit a capability statement to document its ability to provide the required services. A determination to compete this procurement based on a response to this notice is solely within the discretion of the Government. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. This solicitation is issued as a Request for Quote (RFQ). 2.1 Project Title 3 LAB 250 Scientific Laboratory Steam Sterilizer - BRAND NAME OR EQUAL 2.2 Description of Product CLIN0001: SF8213021110000000 LAB 250 Scientific Laboratory Steam Sterilizer Quantity: 3 Sterilizer is the next advancement in STERIS's line of steam-jacketed sterilizers. Lab 250 sterilizer is equipped with the latest features in both state-of-the-art technology and ease of use. • Scientific Sterilizers • LAB 250 Scientific Laboratory Steam Sterilizer • 20" x 20" x 38" Chamber • Vacuum • Manual Vertical Sliding Door(s) • Single Door • Recessed One Wall: Single Door • Standard Piping: Brass and Copper Threaded • Building Steam • 120V, 1 Ph (for line steam only) • English Language CLIN0002: FV021005 Loading Rack & Two Shelves-20x20x38" Sterilizer for Single Door unit only Quantity: 3 CLIN0003: TRADE-20" STER SIN Trade-in Single Door - Medal, Eagle & 3000 EO quantity: 3 CLIN0004: Installation Quantity: 3 CLIN0005: De-Installation of lab 250 steam sterilizer Quantity: 3 1) Intended Use of Product The steam sterilizer is an essential piece of equipment utilized in the digestion process as part of the extraneous filth analysis. Currently, steam baths and/or plates are being used in place of the autoclave. This in turn creates an inability for the group to perform these analyses adequately and in a timely manner. Samples that the filth group analyzes in conjunction with the autoclave are import samples with short time frames or consumer complaint samples that take high priority. The steam sterilizer is also utilized in the digestion process for the Atlanta Center for Nutrient Analysis (ACNA) samples and would enhance their analytical process. 2) Detailed Salient Characteristics - The steam sterilizer must be a complete system including: vacuum, manual vertical sliding door, single door, recessed one wall, standard piping (brass and copper threaded), building steam, 120V, 1Ph (for line steam only), and 20" x 20" x 38" chamber equipped with the latest features in both state-of-the-art technology and ease of use. Primary Product Features Control system with enhanced functionality and user-friendly interface screen Non-clogging chamber drain line prevents media from plugging drain line. 316L stainless steel chamber and jacket Two-year warranty on steam-activated door gasket Critical control system components are housed within a sealed compartment to protect from moisture and heat Touch-screen control with compact flash port for downloading cycle information to the customer PC Response Center includes remote monitoring, priority technical support and equipment performance reports All alarms are printed in full on journal and displayed on the screen. No cross-reference codes are needed Manual sliding door is a standard feature Optimal solution cooling, controlled by a microprocessor with no presets, is standard Impact printer is used with no special paper storage requirements Local service representatives Electronic water saving control Software calibration Optimal solution cooling Automatic utilities startup/shutdown Steam purge Resistance temperature detectors Hinged front cabinet panel Other requirements include: Installation of loading rack and two shelves per sterilizer; trade-ins for single door unit (3); de-installation of three sterilizers ALL NEW UNUSED EQUIPMENT ONLY. MUST INCLUDE WARRANTY AND TRAINING ( IF AVAILABLE) 2.3 Location The instruments will be located at the Southeast Regional Laboratory, 60 8th Street NE, Atlanta, GA 30309 2.4 Equipment Service Includes 1 visit by manufacturer certified technician to test equipment and one NIST Calibration. Price includes parts necessary for preventative maintenance. Does not include repairs, but a 10% discount is provided if required. Technician to provide quote for recommended repairs. 2.5 Period of Performance Items must be 60-90 days after receipt of the purchase order. PART 6: INSTRUCTIONS TO OFFERORS All quotations are due, via email to: Kara.Stith@fda.hhs.gov, no later than 4:30 PM, EST on August 18, 2010. 6.1 Quote Format The quote shall include a detailed description of the requirement. A successful technical quote shall include price (s); FOB point; a point of contact (name, email, and telephone number); a statement from the offeror verifying that they are CCR Registered under NAICS code 334516; delivery date (delivery date is of the utmost importance); business size; and payment terms. PART 7: EVALUATION FACTORS Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government may award this contract to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor described to "Meet or Exceed the Requirement," 2) Past Performance and 3) Price. Technical Capability and Past Performance, when combined, are significantly more important than price. CCR: Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. QUESTIONS DEADLINE: All questions are to be submitted via email to Kara.Stith@fda.hhs.gov no later than August 12, 2010, 4:30 PM EST. QUOTATIONS DUE: All quotations are due, via email to: Kara.Stith@fda.hhs.gov, no later than 4:30 PM, EST on August 18, 2010. PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.217-9, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, and FAR 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. Responses to this notice must be sent via email to kara.Stith@fda.hhs.gov. Telephone calls will not be accepted. Contracting Office Address: 5630 Fishers Lane, Room 2129 Rockville, Maryland 20857-0001
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-1077217/listing.html)
 
Place of Performance
Address: The instruments will be located at the Southeast Regional Laboratory, 60 8th Street NE, Atlanta, GA 30309, United States
Zip Code: 30309
 
Record
SN02238633-W 20100814/100812235543-58dc1bd52dd9b926f2394a7615412126 (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.