Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2010 FBO #3214
SOLICITATION NOTICE

41 -- Liquid Nitrogen Freezers - Spec Information

Notice Date
9/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2010-Q-12976
 
Archive Date
9/20/2010
 
Point of Contact
Luann Dean, Phone: 404-498-6094
 
E-Mail Address
Luann.Dean@cdc.gov
(Luann.Dean@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
Drawings/Specs This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulations (FAR) format in 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. The government intends to issue a purchase order in accordance with FAR Part 13.106 for the attached requirement under simplified acquisition procedures. The solicitation number is 2010-Q-12976. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. The associated North American Industry Classification System (NAICS) Code is 333415 - Laboratory-type freezer manufacturing. Size Standard is number of employees, not to exceed 750 employees averaged over the preceding 12 month period. Respondents are responsible for delivery of their complete proposal by email (1) and two (2) hard copies by mail before 10:00 a.m. (Eastern Standard Time - local prevailing time in Atlanta, Georgia) on September 16, 2010. Proposals are to be sent via email to Luann Dean, Luann.Dean@cdc.gov and via mail to the Centers for Disease Control and Prevention, Office of Procurement and Grants (PGO), Attn: Luann Dean- M/S E-18, 2920 Brandywine Road, Atlanta, GA 30341-5539. Whether mailed or hand-carried, hard copies must arrive at the address above by 10:00 am. PLEASE NOTE: the above contact information is for the Contracting Office and not necessarily the delivery address. The delivery address is indicated in the FOB Destination section below. When appropriate, respondents should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time. For information regarding this solicitation, please contact Luann Dean by email at Luann.Dean@cdc.hhs.gov, or Phone (404)498-6094. The Centers for Disease Control and Prevention is soliciting quotes for Liquid Nitrogen Freezers: Item #1 65 each - MVE Liquid Nitrogen Freezers Model 1539P-190 with TEC-3000 with modifications outlined in the attached specifications to be connected to existing liquid nitrogen filling system and monitoring equipment established for monitoring the units 24/7 remotely or physically. This requires installation of an internal temperature probe. Units shall be equipped with an additional internal temperature probe for redundant electronic monitoring. The units shall be equipped with remote responsiveness valve which will allow liquid nitrogen to be added to the freezer when the electronic monitor calls for a "fill"; the solenoid valve will open and will be automatically closed when the liquid nitrogen reaches the required threshold and filling ceases. Units must be equipped to record, relay and retrieve data including: temperature level, liquid nitrogen levels and alarm triggering 24 hours/7 days per week. This would specifically require the liquid nitrogen units to gather the data and communicate with the monitoring computers. Freezers must contain a "lid open" alarm in the event any lid to the freezers is not completely closed. The alarm shall be visual, audible, recorded and sent through the monitoring network if triggered and recorded as a data set. The Liquid Nitrogen freezers must have the ability to have the software or firmware updated onsite and the controller does not have to be replaced to install the newest software. CDC needs the ability to customize the software for CDC and make changes as necessary. Delivery dates: First batch of 10-15 units delivered by 01/02/2011 Second batch of 15-20 units delivered by 04/01/2011 Third batch of 25 units delivered by 07/01/2011  Contractor will be required to remove the existing Liquid Nitrogen freezers and reconnect the new freezers to the existing piping. Once the new freezers are installed, the contractor must ensure that the unit reaches the required temperature of 190-196 degrees Celcius. As the contractor removes the existing freezers, the onsite monitoring contractor will decon the units. The contractor will be required to move the decon units to an outside location upon the delivery of the second batch; this process will repeat for each batch removed. The contractor will return 15 working days after delivery of the last batch to move the last batch of old freezers outside. Coordination will be made between CDC COTR and the on-site monitoring contractor. Item #2 1560 each - 14-2 Aluminum Rack with locking rod; each rack is 30.05" tall. Quote shall propose delivery schedule for these items. Item #3 3120 each - 2" cardboard boxes - 81 cell with slots. Quote shall propose delivery schedule for these items. Item #4 Delivery charges for all shipments Item #5 3 each - TEC 3000 Upgrade for CDC. Quote shall propose delivery schedule for these items. FOB Destination: Centers for Disease Controls and Prevention 602 Webb Ginn House Road, Building C Lawrenceville, GA 30045-5427 Contract Type - Commercial Item - Firm Fixed Price. Simplified procurement procedures will be utilized. 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. CCR REQUIREMENT - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR website at http://www.ccr.gov. The provision at FAR 52-215-1 Instructions to Offerors - Commercial Items applies to this solicitation. 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 offer 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 items offered to meet the Government's requirements. (ii) Price The government will award the contract to the most avantegous quote to the government. Technically acceptability will be determined by review of information submitted by the quoter which must provide a description in sufficient detail to show that the product/service quoted meets the Government's requirement. The government is not responsible for locating or 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 service meets the technical requirements. Quotes shall include technical specifications, descriptive materials, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The provision of FAR 52-212-3, Offerors Representations and Certifications - Commercial Items, applies to the acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov. The clause 52-212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause. None. The clause at FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes 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, 52.222-36, 52.225-3, 52.225-13, and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. CCR Requirement - Company must be registered on CCR before an award could be made to them. If company is not registered in CCR, they may do so by going to the CCR website at http://www.ccr.gov. A standard commercial warranty on parts and workmanship is required. Contracting Office Address: Centers for Disease Control and Prevention Office of Procurement and Grants (PGO) Attn: Luann Dean 2920 Brandywine Road Atlanta, GA 30341-5539
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2010-Q-12976/listing.html)
 
Place of Performance
Address: Centers for Disease Controls and Prevention, 602 Webb Ginn House Road, Building C, Lawrenceville, Georgia, 30045-5427, United States
Zip Code: 30045-5427
 
Record
SN02277485-W 20100912/100911000919-f50612815a197a32d89e85040d5ce8ff (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.