SOLICITATION NOTICE
66 -- MOVEABLE TABLE AND HOOD FOR ROBOTIC INSTRUMENT - SMALL BUSINESS SET-ASIDE
- Notice Date
- 12/21/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Environmental Protection Agency, Ord Service Center, 26 West Martin Luther King Drive, Cincinnati, OH 45268
- ZIP Code
- 45268
- Solicitation Number
- RFQ-OH-05-00028
- Response Due
- 1/4/2005
- Archive Date
- 2/4/2005
- Description
- NAICS Code: 334516 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number RFQ-OH-05-00028 is issued as a Request for Quotation. This acquisition is a 100% small business set-aside. The NAICS code is 334516. The enclosure shall be a Class I or II type cabinet as described in NSF/ANSI 49-2004, section 3.4 that is exhausted through a HEPA filter in a one pass format into the room exhaust ductwork located directly overhead. It shall feature a front sash or door that allows easy viewing of and access to all interior areas, an internal 110V electrical outlet with attached, 6 ft. power cord for connection to a wall outlet and internal fluorescent lighting. Internal UV lighting is also desirable but not essential. The enclosure and table shall have sufficient internal dimensions and strength to enclose and support with minimal vibration a Qiagen, BioRobot 8000 (width: 58 in., height: 31 in., depth: 32 in., weight: 300 lb). All materials shall withstand normal wear, corrosive action of gasses and fluids, cleaning compounds and decontaminating agents and procedures. Materials shall be structurally sound, dimensionally stable and moisture resistant. Exposed interior surfaces shall be smooth and abrasion and corrosion resistant or shall be rendered corrosion resistant with non-toxic material that resists crazing, cracking and chipping. Other interior and exterior surfaces shall be smooth and abrasion and corrosion resistant or shall be rendered corrosion resistant with non-toxic material that resists crazing, cracking and chipping. Windows shall be optically clear and not adversely affected by accepted cleaning methods and decontaminating agents. Protective coatings shall be resistant to prolonged contact to liquids, cleaning compounds and procedures. Specifically the protective coatings shall be resistant to the following chemicals: 1 N hydrochloric acid; 1 N sodium hydroxide; 1% quaternary ammonium hydroxide; 5% formaldehyde; 5000 ppm hypochlorite; 2% iodophore, 5% phenol and 70% ethyl alcohol. When exposed to these chemicals there shall be no visible effect on the finish other than a slight change in gloss, discoloration and/or temporary softening of the finish with no loss of adhesion or film protection. The enclosure/table shall be designed and fabricated to function properly and operate in a safe manner, minimize contamination, provide personnel protection and be capable of being cleaned and decontaminated. Exposed burrs and sharp edges (including but not limited to sheet metal screws) shall be eliminated from those surfaces of the cabinet that are subject to normal operation, field certification and maintenance. The enclosure shall be mounted on adjustable legs, or other acceptable means to assure a minimum of 4 in of unobstructed clearance beneath the unit. Legs and feet shall be sufficiently rigid to provide support with a minimum of cross bracing and shall be of simple design. Doors and covers shall fit properly and close completely. HEPA filters shall conform to the materials, construction and aerosol efficiency requirements of IEST-RP-CC-001 for type C filters. Filter media shall conform to MIL-F-51079B. Filter units of sizes not covered by these specifications shall be of the same type, materials and construction that have been qualified for the filter manufacturer. In addition, HEPA filters shall be scan tested for a leakage not to exceed 0.01% when tested in accordance with section A.3 of NSF/ANSI 49-2004 (see below). The enclosure shall be designed to provide accessibility for filter installation, testing and sealing. The filters shall be mounted to prevent air bypass of the filters and shall be protected with a filter guard to prevent damage to the filter and blockage of exhaust air. Fan motors shall be sized to operate at a static pressure sufficient to meet the performance requirements of the enclosure (smoke test, see below). A thermal protector shall be provided and it shall not trip at 115% of the rated voltage under maximum load and ambient temperature conditions. The motor shall be rated for continuous operation and shall be variable speed with controls that are located outside the work area. Motors and lights shall be protected from the receptacles. Circuit overload protection, conforming to the National Electrical Code shall be provided for the motor and all receptacles. Flexible power cords for single phase power shall be 3 wire, with the ground wire connected to the frame, unless otherwise specified and sized in accordance with the National Electrical Code for the specified load(s). A wiring diagram showing connection of all electrical components as well as a statement providing starting current, running power and circuit requirements shall be provided with the installation instructions. The external dimensions of the enclosure shall not exceed 82 in. width x 37 in. depth x 8 ft. height when fully assembled. It shall be possible with minimal adjustments (e.g. of the legs) to move the enclosure through a 7 ft height x 37 in. width door frame. The table shall accommodate the placement of the robot, as described above, plus an external flat screen computer monitor, keyboard and mouse pad in such a manner that they can be readily viewed and accessed. Shelving shall be provided below the table to allow the placement of a desk top computer tower (~7 x 20 x 17 in.), two reservoir bottles, a vaccum pump and vacuum trap apparatus (~ 2 x 2 x 2 ft) and provisions shall be made for the connection of an electrical cord from the computer and tubing from the reservoir bottles and vacuum trap to the robot. Provisions must also be made for the installation of a waste receptacle below the back, left side of the robot platform for collection of used pipet tips that are dispensed from the robot. Provisions shall be made for service personnel to gain access to the right side of the robot (technical tower) and the top of the robotic arm for maintenance or repairs, and/or it shall be possible to remove the table from the enclosure. The enclosure/table components shall be preassembled or assembled on site by the vendor. The vendor shall warrant that the enclosure shall pass a HEPA filter leak test (NSF/ANSI 49-2004 section A.3) and airflow smoke pattern test (inward flow test only, NSF/ANSI 49-2004 section A.11) performed by an authorized EPA-contracted certification company. All Items shall be delivered to the U.S. EPA, 26 W. MLK Drive, Cincinnati, OH 45268. F.O.B. point shall be destination. Price quotes shall include any shipping charges. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is applicable and the specific evaluation criteria are as follows: (1)Technical acceptability of the item offered to meet the Government's requirement and (2) price. Technical acceptability shall be evaluated on a pass or fail basis. Offers shall provide descriptive technical literature in sufficient detail to demonstrate that the items offered meet the minimum requirements specified above. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. This clause may be found on the Internet at the following site: http://www.arnet.gov/far/. Clause FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under FAR 52.215-5 paragraph (b), the following additional clauses apply to this acquisition: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-1, Buy American Act--Balance of Payments Program - Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-15, Sanctioned European Union Country End Products; FAR 52.204-7 Central Contractor Registrations, and FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. Offerors shall submit 1 copy of their quotation, that references RFQ-OH-05-00028, no later than TUESDAY, JANUARY 4, 2005 at 10:00 AM EST to Mr. Josh Bowers as follows: via email at bowers.joshua@epa.gov, or via fax at 513-487-2109. Questions or comments may be directed to Mr. Josh Bowers at 513-487-2104 or via e-mail at bowers.joshua@epa.gov.
- Record
- SN00724748-W 20041223/041221212324 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |