SOURCES SOUGHT
66 -- Biosafety enclosure w/plate washer and Plate reader (Installation, set up and sight acceptance testing required) - Attachment 1
- Notice Date
- 5/21/2012
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
- ZIP Code
- 55403
- Solicitation Number
- AG-6395-S-12-0087
- Archive Date
- 9/28/2012
- Point of Contact
- Carol R. Dingess, Phone: 612-336-3208
- E-Mail Address
-
carol.dingess@aphis.usda.gov
(carol.dingess@aphis.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation AG-6395-S-12-0087 Please complete and return This is a solicitation for commercial items prepared in accordance with the Streamlined format in Subpart 12.6, as supplemented with additional information in FAR Parts 13 and 15 included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation# AG-6395-S-12-0087 is issued as Request For Proposals (RFP) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. Applicable FAR and USDA clauses are incorporated by reference and may be viewed on the following website (s) https://www.acquisition.gov/far/index.html http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/index.html The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 Analytical Laboratory Instrument Manufacturing for a 100% small business set-aside. The Small Business size standard for this NAICS code is 500 Employees. The Government intends to evaluate proposals for this requirement by obtaining the " best value " by using the Tradeoff Process source selection approach defined at FAR 15.101-1; i.e., an approach which permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced proposal. Price Schedule Page with line item price. **All pricing to include any and all costs but not limited to: overhead, general and administrative costs, profit, and transportation** Line item Description Line 001 - BIOSAFETY ENCLOSURE W/PLATE WASHER AND PLATE READER Line 002 - INSTALLATION SET UP AND SAT TESTING FOR BIOSAFETY ENCLOSURE Statement of Work: To purchase and install a Class II biological safety cabinet (BSC) which will enclose the Tecan liquid handler robot in the newly renovated high throughput laboratory. The liquid handler is a newly installed piece of equipment, but requires enclosure within a safety cabinet before it can be used for the purposes intended. This requirement is for a customized Enclosure for a Tecan EVO Freedom 100 robotic platform with tip waste chute, plate reader, and plate washer attached. The biological safety enclosure shall be custom manufactured based on the specific size requirements to contain and provide special access to the Tecan liquid handling instrument contained within the enclosure. The enclosure is to be completely disassembled after the Factory Acceptance Testing (FAT) and flat packed and crated for shipment to the USDA facility at Plum Island and then reassembled and tested on site to US standard NSF49 testing standards for the Sight Acceptance Testing ( SAT). • Equipment must be ISO certified or equivalent. • Installers must be able and willing to work in BSL-3Ag environment and undergo security check prior to working. • Must meet filtration requirements as defined by DHS, PIADC (see original sole source for Safety requirements) • Must provide maintenance training for on-site personnel in the BSL3-Ag • Must be able to provide decontamination procedures for BSL3-Ag • The biosafety cabinet that houses this liquid handler must fit space restrictions in a newly renovated space. The BSC must also meet the requirements of the Safety Department at Plum Island. These requirements are addressed in the features listed below. Custom features specifically designed for this application include: The enclosure dimensions must meet the following specifications: • External dimensions: 2000mm (70.86") length x 1 080mm ( 42.52") deep x 2400mm (94.49") high (*Note- height will be modified if needed) • Internal working dimensions: 1920mm (67.72") length x 900mm 35.43") deep x 1144mrn (45.04") high • Enclosure must have: Air Handling System: Noise level < 60db Average Inflow air velocity: 0.4m/s Average Down flow air velocity 0.25 m/s to 0.5 m/s Designed to provide maximum operator protection and sample protection using Class II standards using principles BS EN 12469:2000. (Meets or exceeds the principles as stated in the US standard NSF49) • Filtration system must have: Exhaust/Inflow: 2x HEPA Panel Filter, Efficiency 99.997% Supply/Down flow: 2 x HEPA Panel Filter, Efficiency 99.997% Relevant Standard: BSC Bio-safety type enclosure incorporating essential principles ofBS EN 12469:2000 Ducted Exhaust: size of du.ct opening TBD by USDA on fmal drawing. Exhaust HEPA Panel Filters provided as std, Efficiency 99.997% • Construction - Special white powder coated 16 awg mild steel framing with8mm, thick clear acrylic panels. • Mobility and locking wheels- Heavy duty "Carry Masters" leveling, locking castors will be used for mobility.. Deck: The table surface for the liquid handler and instruments wjll be 16mm thick lab grade, high impact laminate composite. (HPL) Storage underneath: the cabinet must have enclosed shelves underneath. • Alarms and interlocks: BSC Biosafety electronic alarm and control panel. Alarm & Interlocks: Interlocked door switches are employed to provide essential safety controls with audible and visual alarms for operation outside the specified air flow conditions for both operator and product protection. Alarms and interlocks: Manufacturer Class II electronic alarm and control unit, Interlocked door switches are employed to provide essential safety controls and an audible and visual alarm under certain conditions, such as opening the main access doors in the front will increase the exhaust fans speed to compensate for the incoming volume of air. • Doors and Windows: Front doors: Front doors will be sealed hi-folding doors that span the front of the enclosure and allow easy operator access to all interior instruments. Fixed removable clear 8mm acrylic panels will be used for the right side and rear panels. Access doors: The left side panel will have a sealed access door built in on hinges with locking T handle. The lower front gas strut door will have three clear acrylic sliding windows inserted in triple-grooved track to provide operator access with the lower door closed. Both side panels will be tapped from the outside for easy removal. New lower front door access: The lower front access door will be made 100mm higher with improved ergonomic access through the front (3) sliding doors for the operator/user. • Additional user features and electrical: Access ports: Enclosed ports for cabling and tubing on the sides toward the rear will be provided. Tip waste: One sealed waste container for tips will be included for the above and will be alanned under negative pressure conditions. CS - Accessories: ( 1) PC ergonomic arm to one side for a monitor & keyboard. Electrical: 1 circuit~ 20A dedicated circuit for the hood, lights, control switches, alarms, and fan motors shall be llOvac, 60Hz, 20 amp power supply. ES - STD (2) electrical outlet strips w/4 outlets each mounted on the rear acrylic panels inside the enclosure as standard. Lighting: std. 480 lux. fluorescent provided on the inside ceiling. Fumigation kit: manufacturer for fumigation system TBD by USDA and provided to the manufacturer during drawing approval for port connection on the enclosure; special sealed covers for front doors and holes will be provided. • Testing standards: Factory Acceptance Test (FAT) will be performed at manufacturer, and results can be emailed to the customer if required. FAT Test includes: mechanical integrity, electrical safety/integrity, air flow testing, DOP filter integrity tests, and particle count testing as standard for BSC cabinets under NSF49. Site Acceptance Test (SAT): Tests performed at USDA APHIS and to the same standards as FAT above by two service engineers from the supplier. Installation set up and SAT Testing will be included in final installation price. • Equipment must be ISO certified or equivalent. • Installers must be able and willing to work in BSL-3Ag environment and undergo security check prior to working. • Must fit space requirements in the lab while enclosing equipment • Must meet filtration requirements as defined by DHS, PIADC (see original sole source for Safety requirements) • Must provide maintenance training for on-site personnel in the BSL3-Ag • Must be able to provide decontamination procedures for BSL3-Ag Delivery Location: Plum Island Animal Disease Center in NY USDA APHIS VS NVSL FADDL 40550 Rte 25 Orient Point, NY 11957 Plum Island Animal Disease Center is the only building on the Island and the whole island is DHS property. It's just Plum Island Animal Disease Center, Plum Island, New York Site Visits In accordance with FAR 52.237-1; offerors or are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. We need at minimum one week prior notice of guests so that the proper NCIC checks may be issued. USDA Technical POC Stacey M. Bucko 631- 323-3032 Stacey.M.Bucko@aphis.usda.gov Or Pat Glas 631-323-3032 Patricia.S.Glas@aphis.usda.gov The following FAR and AGAR Provisions apply to this Solicitation. Offers submitted without completion of required Certifications,Representations, and Provisions at the time of submission may be considered nonresponsive. 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offeror Representations and Certifications-Commercial Items. AGAR 452.209 - 70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. 52.212-2 Evaluation-Commercial Items. 52.237-1 Site Visit. The following FAR and AGAR Clauses apply to this Solicitation and resulting award. 52.212-4 Contract Terms and Conditions-Commercial Items. AGAR 452.209 - 71 ASSURANCE REGARDING FELONY CONVICTION OR TAX DELINQUENT STATUS FOR CORPORATE APPLICANTS 52.217-9 Option to Extend the Term of the Contract. 52.216-5 Price Redetermination-Prospective. 52.252-2 Clauses Incorporated by Reference. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (APR 2012) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Clauses in full text: 52.212-4 Contract Terms and Conditions-Commercial Items AGAR 452.209 - 71 ASSURANCE REGARDING FELONY CONVICTION OR TAX DELINQUENT STATUS FOR CORPORATE APPLICANTS 52.204-9 Personal Identity Verification of Contractor Personnel. 52.247-21 Contractor Liability for Personal Injury and/or Property Damage. 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. The USDA/APHIS/VS/NVSL on Plum Island is a secure facility. Contractors must be escorted at all times while on site. Contractors must provide photo ID and sign in/sign out when entering/leaving the facilities at all times. The U.S. DEPARTMENT OF AGRICULTURE IS A TAX EXEMPT AGENCY. (EXEMPT FROM STATE AND FEDERAL TAX) INSTRUCTIONS CONDITIONS AND NOTICES TO OFFERORS OR RESPONDENTS In order to have a complete proposal package, as a minimum, the proposal package must contain the following items: Complteion of all required items in attachment 1 ONLINE Completion of provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Anyone wishing to do business with the USDA Shall complete certifications electronically at http://orca.bpn.gov. An offeror shall complete only paragraph (j) of this provision included in the solicitation if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision included in the solicitation attachment 1. Offers submitted without completion of this provision will be considered nonresponsive. ONLINE A completed Central Contractors Registration at http://www.ccr.gov In accordance with FAR 52.212-1 (k) Central Contractor Registration; anyone wishing to do business with the USDA must be listed in the government's Central Contractor Registrar. You may register on line with www.ccr.gov. or by calling Central Contractors Registration @ 1-866-606-8220 or consult online hand book at http://www.ccr.gov/handbook.aspx Potential Vendors must also obtain a Dunn and Bradstreet number. If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website: http://fedgov.dnb.com/webform or at ccr.dnb.com/ccr/pages/CCRSearch.jsp. Offers submitted without completion of this provision will be considered nonresponsive. The Vendor response to this proposal along with the completed Attachment 1 need to be sent to the attention of Carol Dingess at the Email, Fax, or address listed below by 4:pm Central Time July 02, 2012. Carol Dingess Contracting Officer USDA/APHIS/MRPBS 100 N. 6TH Street, Butler Sq. N. Suite 510-C Minneapolis, MN 55403 ph:612-336-3208 Fax: 612-336-3550 Carol.Dingess@aphis.usda.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-12-0087/listing.html)
- Place of Performance
- Address: Plum Island Animal Disease Center in NY, USDA APHIS VS NVSL FADDL, 40550 Rte 25, Orient Point, New York, 11957, United States
- Zip Code: 11957
- Zip Code: 11957
- Record
- SN02753605-W 20120523/120521235428-0948fdab00c0289f838e36e6ab2c61a2 (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 |