Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 24, 2013 FBO #4169
SOLICITATION NOTICE

66 -- Autoclaves (Sterilizers), Installation, Training

Notice Date
4/22/2013
 
Notice Type
Combined Synopsis/Solicitation
 
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
13-223-SOL-00067
 
Archive Date
5/16/2013
 
Point of Contact
James Scott Rawls, Phone: 8705437540
 
E-Mail Address
james.rawls@fda.hhs.gov
(james.rawls@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 additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued in conjunction with FAR Part 13.5--Test Program for Certain Commercial Items. The solicitation number is 13-223-SOL-00067. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses in effect through the Federal Acquisition Circular 2005-66, dated April 1, 2013. The associated North American Industry Classification System (NAICS) Code is- 334516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. This solicitation is set-aside 100% for small businesses. Background The autoclaves currently installed in the Food and Drug Administration (FDA) Pacific Research Lab-Southwest (PRL-SW) media production area are breaking down on a more frequent basis and affecting operations due to malfunction or waiting for service personnel. With the expanding need for increased media production and the upcoming addition to the media preparation laboratory space being constructed in Wing 2 of the facility, this capability is needed to provide timely production of media for critical "regulatory" sample analysis. Three autoclaves are required under this solicitation (one dual chamber unit and two single chamber units), the two larger single-chamber autoclaves will be replacing two units utilized to sterilize liquid and solid media and equipment and decontaminate enrichments and scientific equipment in order to perform analyses of routine and high-priority samples, as well as conduct research in the PRL-SW Microbiology Branch. Scope To obtain Autoclaves (i.e., sterilizers), installation, training, and option periods for Preventive Maintenance (PM) Agreements, enabling the PRL-SW to fulfill its critical research and regulatory needs. General Specifications: New instruments: The components and/or equipment shall be a newly manufactured, not used and refurbished, or previously used for demonstration. Work Requirements Technical Requirements: • Autoclave (Dual Chamber) • Due to laboratory space constraints, external dimensions shall not exceed 39" wide x 71" high x 38" front to back • 110V • Radial arm door: left hinged • Internal pressure door lock • Dual single chamber (approximate per chamber capacity/size: 109 liters; 16" wide x 16" high x 26" front to back) • High vacuum air removal system with water ejector • Stationary lower shelf • Integrated heated steam generator with automatic water fill, feed water pump and lower water cutoff • Automatic generator blow-down • Automatic jacket blow-down • Temperature control (internal temperature shall reach 121 degrees Celsius and have the ability to maintain this temperature for at least 15 minutes during a cycle • Approximate cycle time of 45 minutes • Digital display (temperature maintained within the chambers shall be identical to that shown on the digital display) • Thermal printer (temperature maintained within the chambers shall be identical to that documented on the printout) • Closed-door drying • Ethernet port (must have the ability to link to a LIMS) • Built-in surge suppressor • Ability to run both liquid and dry cycles with run and dry times • Owner's Manual • Technical Manual • Training (for up to six employees) in conjunction with installation • One-year warranty • Autoclave (Single Chamber) • Due to laboratory space constraints, external dimensions shall not exceed 49" wide x 71" high x 44.5" front to back • 110V • Radial arm door: One unit shall be fitted with a hinge on the right, while the other until shall be fitted with a hinge on the left • Internal pressure door lock • Single chamber (approximate chamber capacity/size: 430 liters; 26" wide x 26" high x 39" front to back) • High vacuum air removal system with water ejector • Stationary lower shelf • Extendable upper shelf • Integrated heated steam generator with automatic water fill, feed water pump and lower water cutoff • Automatic generator blow-down • Automatic jacket blow-down • Temperature control (internal temperature shall reach 121 degrees Celsius and have the ability to maintain this temperature for at least 15 minutes during a cycle • Approximate cycle time of 45 minutes • Digital display (temperature maintained within the chambers shall be identical to that shown on the digital display) • Thermal printer (temperature maintained within the chambers shall be identical to that documented on the printout) • Closed-door drying • Ethernet port (must have the ability to link to a LIMS) • Built-in surge suppressor • Ability to run both liquid and dry cycles with run and dry times • Owner's Manual • Technical Manual • Training (for up to six employees) in conjunction with installation of the first delivered Autoclave-training for second identical autoclave not required • One-year warranty • Optional Line Items: Four (4) one (1)-year options for Post-Warranty System Preventive Maintenance (PM) Agreement shall include, at a minimum, the following: • Minimum of two (2) on-site scheduled PM visits per year • Minimum of one (1) on-site service call per year • Unlimited phone and email Technical Support with response time within 24 hours of request for support • PM performed by OEM-certified technicians, following OEM specifications, manuals, and service bulletins, using OEM-certified tools and replacement parts, components, subassemblies, etc. • Pricing shall be inclusive of all labor, parts, and travel necessary to maintain the Autoclave in good and safe operating condition Schedule of Supplies/Services (inclusive of delivery, installation, and training) Base Requirement CLIN Item Description Qty U/I Unit Price Price 0001 Dual Chamber Autoclave and Supporting Accessories 1 Each $ $ 0002 Single Chamber Autoclave and Supporting Accessories 2 Each $ 1001 Option Year 1 - PM for One (1) Dual Chamber and two (2) Single Chamber Autoclaves 1 Each $ $ 2001 Option Year 2 - PM for One (1) Dual Chamber and two (2) Single Chamber Autoclaves 1 Each $ $ 3001 Option Year 3 - PM for One (1) Dual Chamber and two (2) Single Chamber Autoclaves 1 Each $ $ 4001 Option Year 4 - PM for One (1) Dual Chamber and two (2) Single Chamber Autoclaves 1 Each $ $ TOTAL $ Contract Type: Commercial Item-Firm Fixed Price. FOB Point Destination: NIH Campus, 8800 Rockville Pike, HFM-345, Building 29, Room 320, Rockville, MD 20892. Period of Performance: Delivery (in-side), installation, and on-site operator familiarization training shall be not later than 180 calendar days after award (Note: Due to space limitations and on-site logistical considerations, the Government requires delivery of one of the single chamber units within 90 calendar days after award, with delivery of the second single chamber unit within 180 calendar days after award; however, the warranty shall commence upon acceptance of both systems). Up to a maximum of four (4) 1-year periods of optional PM follow the end of the warranty period tentatively as follows (based on an award not later than date of 30 Sep 2013, delivery/installation/training/acceptance not later than 29 Mar 2013, and 1-year warranty period of 30 Mar 2013 - 29 Mar 2014; all dates subject to change based on actual date of award and systems acceptance). Option Year 1: 30 Mar 2014 - 29 Mar 2015 Option Year 2: 30 Mar 2015 - 29 Mar 2016 Option Year 3: 30 Mar 2016 - 29 Mar 2017 Option Year 4: 30 Mar 2017 - 29 Mar 2018 The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012), applies to this acquisition. The following addenda have been attached to the clause. The following FAR and HHSAR clauses, incorporated by reference, and apply to this acquisition. Clauses and provisions can be obtained at https://acquisition.gov/far/index.html. 52.204-4 Printed or Copied Double-Sided on Recycled Paper (MAY 2011) 52.204-7 Central Contractor Registration. (DEC 2012) FAR Clause 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a)... within 1 day of contract expiration;.... at least 15 days before the contract expires... (c)...shall not exceed 4 years. FAR 52.232-18 Availability of Funds (Apr 1984) FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (Deviation) (AUG 2012) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including this paragraph (b) in all subcontracts with small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. The following HHSAR clauses apply and can be obtained at the following website: http://farsite.hill.af.mil/VFHHSAR1.htm 352.202-1 Definitions (JAN 2006) 352.203-70 Anti-Lobbying (JAN 2006) 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (JAN 2010) 352.223-70 Safety and Health (JAN 2006) 352.231-71 Pricing of Adjustments (JAN 2001) 352.242-71 Tobacco-Free Facilities (JAN 2006) The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the Contracting Officer's Representative (COR) specified at award. If the supplies or services are acceptable, the COR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COR shall document the nonconforming items/services and immediately notify the contracting officer. Maintenance and Repair All maintenance and repair activities (including warranty work) shall be accomplished in accordance with Original Equipment Manufacturer (OEM) specifications. Records and Reports The Contractor shall, commensurate with the completion of each service call (inclusive of warranty service), provide the end-user of the equipment with a copy of a field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment being serviced/repaired and detailing the reason for the service call, a detailed description of the work performed, the test instruments or other equipment used to affect the repair or otherwise perform the service, the name(s) and contact information of the technician who performed the repair/service, and for information purposes, the on-site hours expended and parts/components replaced. In addition, the Contractor shall provide a written report to the FDA COR and Contract Specialist, summarizing all maintenance and repair activities (including warranty work) each time service and/or repair is performed. The COR name will be provided at time of award. The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the Statement of Work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the contract; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor any costs incurred during the performance of this contract; or (5) otherwise change any terms and conditions of this contract. Invoice Submission The contractor shall submit one (1) original copy of the invoice to the address specified below: FDA/OC/OA/OFO/OFS Attn: Division of Payment Services 3900 NCTR Road, HFT-324 Building 50, 6th Floor, Suite 616 Jefferson, AR 72079 An electronic invoice can be emailed to the following address: nctrinvoices@fda.hhs.gov. One copy to the Contracting Officer Representative (COR) or other program center/office designee clearly marked "courtesy copy only: (To be provided at time of award). Questions relating to when payment will be received should be directed to the FDA payment office at the email below or at (870) 543-7446 or (870) 543-7042. nctrinvoices@fda.hhs.gov. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Jan 2013) applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: (b) 52-203-6, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37; 52.223-18, 52.225-3, 52.225-13, and 52.232-33. (c) 52.222-51. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items (FEB 2012) applies to this solicitation. Period for Acceptance of Offers: The offeror agrees to hold the prices firm through September 30, 2013. Addendum to Paragraph (b)(8) Representations and Certifications- This solicitation is being issued under the premise that the Contractor will certify that the combination of equipment/service it will propose to fulfill this requirement is exempt from the Service Contract Act per the conditions set forth in FAR 52.222-48 & FAR 22.1003-4(c). If this is the case and the Contractor certifies that the company is exempt under the terms and conditions of 52.222-48, then clause 52.222-51 will flow per usual from this solicitation to the resulting order. In the event that a Contractor does not make this certification, traditional Service Contract Act clauses 52.222-41, and 52.222-43 shall be included in the resulting order award as well as Wage Determination WD 05-2047 (Rev.-13): http://www.wdol.gov/sca.aspx. Accordingly, in addition to completing the representations and certifications at FAR 52.212-3(b), the Contractor's proposal shall also clearly show that the Contractor has selected the appropriate certification under FAR 52.222-48 which follows: 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification. (Feb 2009) (a) The offeror shall check the following certification: CERTIFICATION The offeror ______does _____ does not certify that- (1) The items of equipment to be serviced under this contract are used regularly for other than Government purposes, and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontractor) in substantial quantities to the general public in the course of normal business operations; (2) The services will be furnished at prices which are, or are based on, established catalog or market prices for the maintenance, calibration, or repair of equipment. (i) An "established catalog price" is a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or the offeror, is either published or otherwise available for inspection by customers, and states prices at which sales currently, or were last, made to a significant number of buyers constituting the general public. (ii) An "established market price" is a current price, established in the usual course of trade between buyers and sellers free to bargain, which can be substantiated from sources independent of the manufacturer or offeror; and (3) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract are the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. (b) Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services. If the offeror certifies to the conditions in paragraph (a) of this provision, and the Contracting Officer determines in accordance with FAR 22.1003-4(c)(3) that the Service Contract Act- (1) Will not apply to this offeror, then the Service Contract Act of 1965 clause in this solicitation will not be included in any resultant contract to this offeror; or (2) Will apply to this offeror, then the clause at 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements, in this solicitation will not be included in any resultant contract awarded to this offeror, and the offeror may be provided an opportunity to submit a new offer on that basis. (c) If the offeror does not certify to the conditions in paragraph (a) of this provision- (1) The clause in this solicitation at 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements, will not be included in any resultant contract awarded to this offeror; and (2) The offeror shall notify the Contracting Officer as soon as possible, if the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation. (d) The Contracting Officer may not make an award to the offeror, if the offeror fails to execute the certification in paragraph (a) of this provision or to contact the Contracting Officer as required in paragraph (c) of this provision. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) 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 quotes: (i) Technical capability of the items/services offered to meet or exceed the Government's requirement. (ii) Price Technical is significantly more important when compared to price in determining the best value to the government. Technical capability will be determined by review of information submitted by the offeror which must provide sufficient technical information necessary for the Government to conclusively determine that the offered products and/or services meets the technical requirement identified above. Offerors may provide technical specifications, descriptive material, literature, brochures and other information which demonstrates the capabilities of the offeror. The price proposed shall be detailed and represent the offeror's response to the schedule of supplies/services above. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The government is not responsible for locating or securing any information, which is not identified in the proposal however the Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government. Include the firms DUNS number with quote. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The government reserves the right to make an award without discussions. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2012), applies to this acquisition. An offeror should complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.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). Offerors that fail to complete the required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. All responsible sources may submit a quote, which if timely received, shall be considered. The quote shall reference solicitation number 13-223-SOL-00067. The quotes are due in person, by postal mail or email to the point of contact listed below on or before May 1, 2013, by 1600 hours (Central Standard Time in Jefferson, Arkansas) at the Food and Drug Administration, OA/OAGS/DAP, Attn: James "Scott" Rawls, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact James "Scott" Rawls at (870) 543-7540, fax (870) 543-7990 or email: james.rawls@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/13-223-SOL-00067/listing.html)
 
Place of Performance
Address: HHS/FDA/PRL-SW, 19701 Fairchild, Irving, California, 1116418, United States
Zip Code: 16418
 
Record
SN03041938-W 20130424/130422234103-8e89d7a8279055976bd51cab8cd740ce (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.