Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2011 FBO #3541
MODIFICATION

66 -- Solvent Extractor for KAN-LAB

Notice Date
8/3/2011
 
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
FDA1090017
 
Archive Date
8/27/2011
 
Point of Contact
Jennifer Eskandari, Phone: 301-827-9215
 
E-Mail Address
jennifer.eskandari@fda.hhs.gov
(jennifer.eskandari@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 SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES FAR PART 13. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516. The FDA intends to issue a firm fixed-price purchase order for a solvent extractor that meets or exceeds the following specifications: Scope of Work: The Total Diet program has relied on for years the use of a now in-operable, obsolete, Supercritical Fluid Extractor (SFE). This unit was designed to extract high fat samples by unattended operation under high pressure and with volumes of CO2 as the solvent. The valves through the years of operation have become distorted and no longer seat. This causes loss of sample and QC failures. The purchase of this equipment is necessary to continue operations. Salient characteristics: 1. Size: Unit needs to be no larger than (h x w x d) = (35 x 46 x 29 in.) 2. Extraction chamber: Stainless steel and 100 mL 3. Extraction chamber: Capable of temperature control over the length of the extraction cell +/- 5 deg C, and up to 200 deg C. 4. Extraction chamber: Complete extraction using no more than 1500 psi pressure. 5. Number of Samples: Unit must extract 19 samples in a one-day sequence after one initial set-up. 6. Automation: Unit must be able to extract a large set of samples (preferably up to 20) unattended following one initial setup by the operator. Also capable of running same quantity of samples unattended overnight or over the weekend following one initial setup by the operator. 7. Automation: The operator must have the ability to add, remove, or reprioritize samples in the run set without having to stop and restart the automation. 8. Extraction: Must have an integrated solvent controller permitting the introduction of up to three solvents at preset ratios into the sample cell. 9. Safety: This unit must have sensors to alert for temperature, pressure and solvent leaks in case of a problem, and be capable of auto-shutoff if error is encountered. 10. Safety: This unit must be capable of directing chemical exhaust fumes to preferred location. 11. Installation: Purchase must include installation, setup, and verification of proper system operation. Training must be provided in the form of a brief orientation to current on-site staff. 12. Warranty: One year. QUESTIONS DEADLINE: all questions must be received by email (Jennifer.eskandari@fda.hhs.gov) before 1:00 pm (1300) ET on 10 August 2011. Delivery terms shall be FOB Destination. FOB Destination means the contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Award will be made to the party whose quote offers the lowest price technically acceptable that meets or exceeds all the salient characteristics. Simply stating "we meet or exceed all the characteristics" will not be accepted. In order to be deemed technically acceptable the offeror must meet all the characteristics above. Evaluation of Technical Capability shall be based on the requirements provided in the quotation. Offerors shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. FAR provisions can be found on the following website: http://www.arnet.gov. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.225-2 Buy American Certificate; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.219-4, Notice of Price Evaluation for HUBZone Small Business Concerns 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-1, Buy American Act--Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration This is a Combined Synopsis/Solicitation for a solvent extractor as defined herein. The Government intends to award a Firm Fixed-Price Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. Additionally, all quotes shall include price (s); FOB point; a poc (name and telephone number); a statement from the offeror verifying that they are CCR Registered under NAICS code 33516; delivery date (delivery date is of the utmost importance); business size; and payment terms. Delivery shall be to 11630 West 80th Street, Lenexa KS 66214 FDA intends to make an award soon after the response date of this notice and all bids must be submitted via email and be received by 1:00 PM (1300) ET on 12 August 2011 to the attention of Jennifer Eskandari, Jennifer.eskandari@fda.hhs.gov. Offerors shall ensure the RFQ number is visible in the header of the email. FAX QUOTES SHALL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA1090017/listing.html)
 
Record
SN02520481-W 20110805/110803235709-a4a26f36c80fa78424f57620b53cd08b (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.