Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2010 FBO #3157
SOURCES SOUGHT

36 -- Insulated Shipping Containers (ISC) Requirements

Notice Date
7/15/2010
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
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-12551
 
Point of Contact
Lawrence R. McCoy, Phone: 770-488-2087
 
E-Mail Address
lmccoy1@cdc.gov
(lmccoy1@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information The Centers for Disease Control and Prevention (CDC), Department of Health and Human Services (HHS) is seeking industry information to acquire Insulated Shipping Containers (ISC's). This is not a solicitation. This will not bind the contractor or the Government in any way or at any time into a contract with any of the specified terms below. The solicitation number for the Request for Information is 2010-Q-12551; this number is assigned to this action for references only, there is not a solicitation at this time. Background - As the world's leading public health agency, CDC has the responsibility for promoting health and quality of life by preventing and controlling disease, injury and disability. CDC works with States, local public health agencies and partners throughout the Nation and the world to accomplish this mission. CDC serves as the national focus for developing and applying disease prevention and control, environmental health, and the health promotion and education activities designed to improve the health of the people of the United States and throughout the world. While CDC has broad and deep expertise and program responsibilities for hundreds of diseases, health conditions, and health risks, CDC is also focusing on more integrated approaches to health improvement, wellness, and health system transformation through its health protection goals. (see www.cdc.gov). There is a need for cost-effective methodologies to ship vaccines and other drugs or biologicals while keeping the cold-chain intact. The technology for a reusable insulated cold-chain shipping container with specifications that would allow for various deployment conditions of assets in the Strategic National Stockpile must support the following requirements: Insulated Shipping Containers (ISC) Requirements 1) Maintain Temperatures between ≤ -15°C and ≥ -30C°C for a Minimum of 72 hours under ISTA 7D Winter and Summer testing 2) Refrigerants or Phase Change Materials must perform to Validated requirements when stored in Freezer temperatures between -18°C and -16°C 3) All Refrigerants or Phase Change Materials will be stored/conditioned inside of Freezer units and inside of ISC 4) Single Universal Packout Configuration design for 365 days a year to accommodate nearly any ambient temperature exposure profile as tested in ISTA 7D Summer and Winter profiles 5) Passive; No AC/DC power sources, batteries, electrical components 6) ISC cannot be reenergized or loaded with additional PCM once sealed, in order to satisfy 72 hour requirement 7) In's final manufactured state, all materials making up the ISC are to be Non-hazardous 8) ISC is to be delivered full erected containing pre-conditioned refrigerants or PCM and ready for end-user loading of payload. 9) ISTA 7D Winter and Summer profile testing i) vibration testing (full and empty payload) ii) drop testing on all six sides and side corners (full and empty payload) iii) drop and vibration testing is to be done on the ISC's in its ambient state with no payload iv) drop and vibration testing is also to be done on the ISC's in its frozen state with no payload and Full payload 10) Pre-qualified, validated to the satisfaction of the government to the following stipulations: a) ISTA 7D Winter and Summer Protocol for a minimum of 72 hours at temperatures ≤ -15°C and ≥ -30C°C b) payload area empty c) Must pass validation when tested with box laying on each of its six sides. d) Tested and Thermal Mapped to an accuracy of ≤.1°C i) Thermal Mapped temperature probed on bottom, Middle, and Top of payload area e) Contractor to allow for qualification and validation inputs from Government including monitoring of testing and format of contractors final qualification and validation reporting's 11) Product Shelf Life a) The components utilized for insulation must realize superior long term resistance (LTTR)¹ and minimal thermal drift for 20 years of service life before performance deterioration below minimum validation performance level b) The Outer shell must last a minimum of 5 routine shipments before significant deterioration c) The Phase Change Materials / Refrigerants must meet or exceed ISTA 7D 72 hour testing specifications for 20 years from purchase date, 3 years for Pallet size d) For All materials used in ISC, contractor/supplier to provide imperial evidence that the ICS will have a Shelf life of 20 years, 3 years for pallet size, including by not limited to accelerated life cycle testing of all ISC components and component interaction between different component materials 12) ISC's that have been in storage and never used are to carry manufacturer warranty of 20 years a) Definition of warranty: able to pass full ISTA 7D Winter and Summer Protocol for minimum of 72 hours after 20 years of storage b) Of sufficient strength and integrity to handle normal handling during storage or shipment c) Pallet size ISC must have a 3 year warranty 13) Government specified payload dimensions 14) ISC inner and outer surfaces to be moisture/water retardant 15) Contain moisture absorbent padding material placed at bottom of ISC payload area 16) PCM and or refrigerants, and outer shelling with same Manufacturer Date Code Lot numbers 17) Outer Shell of ISC to have product size and or product unit number stamped on 2 sides of box 18) Deliver ICS on standard 4-way 48" x 40" pallets, stretched wrapped to the pallet a) Pallets to have standardized pallet labels on 2 sides of pallet b) Specifications of pallet labels to be determined after potential contract award 19) No ISC production set up charges would be accepted 20) If applicable, one-time equipment tooling charges are to be itemized by ISC size 21) When applicable, ISC component replacement costs are to be itemized 22) To utilize the same ISC machine tooling for the corresponding Government specified sizes of a potential 2°C to 8°C ISC and this RFI -30°C to -15°C ISC, should the Government wish to purchase 2°C to 8°C ICS at a future date as well 23) Interchangeable ISC component capability between ≤ -15°C ISC and a potential future purchase of 2°C to 8°C ICS 24) Substantiate ability to provide emergency ISC surge supply capability of 5,000 units per week, with a Four calendar day notice 25) Upon potential contract award, Supplier has 40 days to deliver to government 2 ISC prototypes a) Prototypes are to be a mock-up of the final design utilizing the identical technology in ISC component design b) Must be of sufficient strength or provide sufficient quantity to support 3 CONUS and 2 OCONUS DSNS Small parcel carrier test shipments c) ISC Mock-up DSNS test shipment failures may result in the supplier to be in default of potential contract and may lead to contract termination i) Closed ISC Mock-up DSNS test shipment failure is defined as the ICS unable to maintain temperature in empty payload area of ISC at a minimum Temperature of -15°C for a minimum of 72 hours regardless to real-life ambient temperature exposure ii) Failure of ISC to maintain its structural integrity regardless of temperature results constitutes a test failure 26) Contractor/supplier to make initial DSNS deliveries of 50% of total quantity ordered of all sized ISC by no later 100 days after receipt of potential contract award. Final deliveries to occur NLT 130 days 27) Potential contract award would be for 10,000+ ISC's of 3 specified sizes and a Pallet sized ISC 28) Priority for potential government acquisition will be given to the following: a) best ratio between the payload size and the otter dimensions of box b) longest validated ISTA 7D winter/summer temperature performance time beyond 72 hours at a temp ≤ -15°C c) best stacking design on 48 x 40 pallet thus requiring the least amount of warehousing racking storage d) Acquisition cost i) ICS component replacement costs ii) Inspection and refurbishment costs iii) Recycle costs iv) Disposal costs e) ISC weight in frozen state Instructions - CDC appreciates industry feedback on the requirements for Insulated Shipping Containers (ISC). Responses should be sent to the following email address: gwg8@cdc.gov no later than August 5, 2010. Please limit responses to any question to no more than 1 page. Responses should be in Microsoft Office product format (e.g. Word, Excel, Powerpoint, etc). Responses by Facsimile (Fax) will not be accepted. No telephone calls will be accepted. Responses will be kept confidential. Response or non-response to this RFI will have no bearing on the standing of any proposer in subsequent solicitations. The sole purpose of this RFI is to assist CDC in understanding the service provider landscape, identify good ideas and strategies, and avoid solicitation or contracting parameters which would be detrimental to CDC's mission or industry's ability to provide innovative and cost-effective solutions. CDC does not plan to respond back to companies that submit responses to this RFI except perhaps to ask a clarifying question regarding a response provided by a company. Contracting Office Address Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, GA, 30341-4146, UNITED STATES
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2010-Q-12551/listing.html)
 
Place of Performance
Address: Centers for Disease Control and Prevention (CDC), United States, Atlanta, Georgia, 30341, United States
Zip Code: 30341
 
Record
SN02206441-W 20100717/100715234716-d557c236a28ec92ec422aecf1f725679 (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.