Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2017 FBO #5537
SOURCES SOUGHT

65 -- Rack Washer for Rodent Production Colony Area

Notice Date
1/18/2017
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services - Jefferson, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
1177624
 
Archive Date
2/9/2017
 
Point of Contact
Warren P. Dutter, Phone: 8705437577
 
E-Mail Address
warren.dutter@fda.hhs.gov
(warren.dutter@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION The U.S. Food and Drug Administration (FDA), is conducting market research to support the National Center for Toxicological Research (NCTR) requirement for a Rack Washer for the Rodent Production Colony. The FDA is seeking small business sources to determine the availability and capability of small business manufacturers or small businesses capable of supplying, installing and removal, of a U.S. made product of a small business manufacturer or producer for the items described herein. Other than small business concerns are also encouraged to submit capability statements. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort: The associated North American Industry Classification System (NAICS) Code is-339113- Surgical Appliance and Supplies Manufacturing; Small Business Size Standard is 750 employees. The FDA/NCTR, Division of Veterinary Services, supports research projects that conduct animal studies including studies with rodents. An onsite building is the Rodent breeding colony for NCTR. The animals from this facility are used to supply animals for principal investigators as needed center wide. The rodents produced in the facility are raised under barrier conditions. Due to these conditions, a dedicated rack washer that can appropriately clean and sanitize is required to maintain these conditions. Performance requirements General specifications: The components and/or equipment shall be newly manufactured, not used, refurbished, or previously used for demonstration. Minimum specifications • The rack washer shall be able to fit in the current pit. The current pit size is: 96in (243.84cm) x 86in (218.44cm) x 99in (256.46cm). • The rack washer shall be able to work with the following available conditions: • - 585 CFM (cubic feet per minute). • - Power available: 480 3-Phase, 20 amp. • - Water available pipe size of 1" (2.54 cm) hot, 1 ½" (3.81cm) cold. • - Steam available pressure of 50-60 PSI and pipe size of 1 ½". • Door shall have interlock system (one door opens at a time). • Location to check pH on washer shall be easily accessible with minimal steps required. • Required minimum door height of 92in (233.68cm), as door is directly below exhaust fan. (Shall not have any gaps between door and fan). • Shall have floor and wall/side jets and shall be able to efficiently and effectively clean. • Rack shall be able to work and be programmed without connection to the intranet. • Window size and placement shall allow operators to have clear visibility to see if someone is in it. • Shall have emergency exit safety features inside rack washer. • Staff shall be able to easily access the screen to remove debris. This shall be able to be done from inside the unit, as there is not enough space surrounding the unit. • Shall include Turnkey installation. • Shall have option for bottle wash cart. • Shall have prewash, acid wash, detergent wash and final rinse available, at a minimum. • Shall de-install existing rack washer and remove from NCTR premises. - Existing Rack Washer: Trademark HOPLAB Inc., Model # 4200, Serial # 3626197008. • Unit shall be "standalone" and therefore should not ever require access to the internet or FDA network. • High efficiency (85% of greater); Water wise and Energy star rated units are preferred. Preferred not required: • When possible all equipment should meet energy star and water wise requirements per Executive order 13693. • Duration of cycle: Programming options that increase efficiency by reducing cycle time while achieving same level of sanitization as standard cycle. Installation, Training and Additional System Requirements. The contractor shall provide in-side delivery, installation and operator familiarization training for the system. The contractor shall provide a minimum of one (1) day of on-site training (in addition to installation of the system) to include operations (including software), calibration, optimization, basic and routine preventative maintenance procedures and cleaning requirements. Offered systems shall be a turn-key solution i.e. the contractor shall be responsible for providing all hardware, components, instruments, computers, software, and that otherwise required to meet these specifications and the FDA's stated need. The systems shall be delivered with all necessary supplies and accessories required for installation and start-up. Systems shall be warranted for not less than one (1) year from FDA acceptance of the system(s) to include on-site training. Warranty service shall include trouble-shooting capabilities based on complete knowledge of the entire system, immediate access to replacement parts, and immediate access to system improvements and updates. Phone and email technical support shall be included for a minimum of 1-year. FOB Point Destination. All items shall include shipping, handling and in-side delivery to the destination identified herein. Delivery/installation date is within 6 months after receipt of order. FOB Point of Delivery for Services and Supplies will be the FDA located at 3900 NCTR Road, Jefferson, AR 72079. The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered products/services and components meet the technical requirements identified above. Though the target audience is small business manufacturers or small businesses capable of supplying a U.S. made product of a small business manufacturer or producer all interested parties may respond. At a minimum, responses shall include the following: • Business name, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address (Provide this same information if responding to provide a product manufactured by another firm); • Sufficient descriptive literature that unequivocally demonstrates that offered products and services can meet the above requirements. All descriptive material necessary for the government to determine whether the service/product offered meets the technical requirements including: technical specifications, descriptive material, literature, brochures and other information, which demonstrates the capabilities of the contractor to meet the requirement. - Include information such as: durability and lifespan of proposed unit. - Energy and water efficiency information. - Turnkey installation and removal. • Information on available service/maintenance plans. • Three (3) years of past performance information for the manufacture and/or sale and maintenance support in which the offeror has provided same or substantially similar system solutions and used for same or near-same applications as set forth herein. For each past performance reference include the date of sale, description, dollar value, client name, client address, client point of contact name, client point of contact mailing address (if different from that provided for client), client point of contact phone number, client point of contact email address, and name of the manufacturer (to include DUNS number and size status) if not the respondent. • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement. Detailed list of items included and not included on the GSA contract to meet this requirement. • Provide information if any of these specifications are too restrictive. No response will be considered that the listed specifications are adequate in a competitive environment. • If a large business, identify the subcontracting opportunities that would exist for small business concerns; • Standard commercial warranty and payment terms; and • Though this is not a request for quote, informational pricing is encouraged. The government is not responsible for locating or securing any information, not identified in the response. The Government encourages any comments and/or suggestions from any interested party, regarding the specifications. While the Government will not respond directly to your comments and/or suggestions; we will consider them as we finalize the specifications in preparation for the forthcoming solicitation. Interested Parties shall respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before January 25, 2017 by 11:00 AM (Central Time in Jefferson, Arkansas) to warren.dutter@fda.hhs.gov, or mail to the Food and Drug Administration, OO/OFBA/OAGS/DAP, Attn: Warren Dutter, 3900 NCTR Road, Building 50, Room 417, Jefferson, AR 72079-9502. Reference FDA1177624. Notice of Intent Responses to this sources sought announcement will assist the Government in determining whether or not any future requirement similar to this one should be set aside for small business, made available to full and open competition or procure through sole-source acquisition procedures. Disclaimer and Important Notes This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in FedBizOpps. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1177624/listing.html)
 
Place of Performance
Address: Building 62A, 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN04374279-W 20170120/170118234600-64fe45320bdf1d491ff57d4d07525715 (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.