SOLICITATION NOTICE
66 -- Three-Fold Electric-Module BioStat System
- Notice Date
- 7/26/2012
- 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
- 1106374
- Archive Date
- 8/18/2012
- Point of Contact
- Sondea Blair, Phone: 8705437469
- E-Mail Address
-
sondea.blair@fda.hhs.gov
(sondea.blair@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- 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. The government intends to issue a Purchase Order in accordance with FAR PART 13.106 for the requirement under Simplified Acquisition Procedures. The solicitation number is 1106374. This solicitation is issued as a Request for Quote (RFQ) and is not Small Business Set Aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60, 26 July 2012. The associated North American Industry Classification System (NAICS) Code is-334516, Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. The US Food and Drug Administration's National Center for Toxicological Research (NCTR) requires a 3-fold electric-module Fermentor Bioreactor System to conduct in-vivo studies aimed at understanding the antibacterial resistant colonization often exhibited in humans and the environment. Requirements: -The system shall accommodate three small vessels simultaneously. -Shall have a gassing system that uses a pump module with O2 supplementation capability; -Shall involve a solenoid valve to facilitate oxygen enrichment -Shall employ check and safety valves -Shall allow for the automatic mixing of gas via the workstation controller -Shall have two (2) integrated pumps per three (3) small vessels -The system shall posses a thermostat system with recirculation pumps for independent vessel temperature control -Shall have an agitation system that enables sample material to be stirred (there has to be a coupling between the stirring mechanism shaft and motor). -Each stirring shaft material shall be comprised of silicon carbide/carbon and stainless steel blades -Stainless steel lids shall have ports for aeration tubes and quick connect hose connectors for tubing -Vessels (3) shall have a minimum volume holding capacity of 0.75 liters. -Vessel shall be jacketed, round bottom, borosilicate glass with stainless steel lids -The system shall include pre-configured software for up to 12-fold operation -The system shall include a minimum 12-month warranty inclusive of parts, travel, and labor -The system shall be installed by a certified representative of the vendor -Instruction and training shall be provided for up to one year upon receipt and acceptance of the system Price__________________ Contract Type: Commercial Item-Firm Fixed Price. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. FOB Destination - US Food and Drug Administration National Center for Toxicological Research 3900 NCTR Road Jefferson, AR 72079 The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) 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, listed in order of importance, shall be used to evaluate offers: 1. Technical acceptability of the products offered to meet the Government's requirement. 2. Price. Technical acceptability will be determined by review of information submitted by the quoter who must provide sufficient descriptive literature that unequivocally demonstrates that offered products meet the technical requirements as stated herein. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offered products. The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: Addenda to FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012). HHSAR Clause 352.270-10 Anti-lobbying. (January 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. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR provisions and clauses cited in this clause are applicable: 52.204-10, 52.209-6, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-3, 52.225-13, and 52.232-33. Service 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 monthly reports to the FDA COR and Contract Specialist, not later that the 5th work day following the end of each month, summarizing all maintenance and repair activities (including warranty work) for the previous month; negative reports are required. It is the offeror's responsibility to monitor the internet site for the release of any information related to this combined synopsis/solicitation. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at https://www.acquisition.gov/far and http://www.dhhs.gov/asfr/ogapa/acquisition/acquisitionpolicies.html. Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 9:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on August 3, 2012 to sondea.blair@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, FDA/OO/OFBA/OAGS/DAP, Attention of Sondea Blair, 3900 NCTR Road, Building 50, Room 421 Jefferson, AR 72079-9502. PLEASE NOTE - The above contact information is for the Contracting Office and not necessarily the delivery address. The delivery address is indicated in the FOB Destination section below. When appropriate, Respondents should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time. For information regarding this solicitation, please contact Sondea Blair by e-mail at sondea.blair@fda.hhs.gov. Questions regarding this solicitation will be accepted only via email and shall be submitted no later than 11:00 AM CST on July 30, 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1106374/listing.html)
- Place of Performance
- Address: US Food and Drug Administration, National Center for Toxicological Research, 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN02816279-W 20120728/120726235749-87146bb1d63b651889f570dd92a85e26 (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 |