Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2015 FBO #5021
SOLICITATION NOTICE

66 -- Acquisition of Class II Biological Safety Cabinet - Combined Synopsis

Notice Date
8/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02RC52686-88
 
Archive Date
9/20/2015
 
Point of Contact
Chad M. Shearer, Phone: 2402766801
 
E-Mail Address
chad.shearer@nih.gov
(chad.shearer@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Downloadable format for Combined Synopsis General Information Document Type: Combined Synopsis / Solicitation Notice Solicitation Number: N02RC52686-88 Proposed Posted Date: 8/20/2015 Proposed Response Date: 9/05/2015 08:00 AM EST Classification Code: 66 - Instruments and Laboratory Equipment NAICS Code: 333999- All Other Miscellaneous General Purpose Machinery Manufacturing Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E136, Bethesda, MD 20892, UNITED STATES. Non-USPS mail such as Fedex, UPS and other private carriers please use Rockville, MD 20850. Description National Cancer Institute (NCI), Center for Cancer Research (CCR), intends to procure the Brand Name or equal of Walker Safety Cabinets Class II Biological Safety Cabinet. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. RFQ-N02RC52686-88 includes all applicable provisions and clauses in effect through FAR FAC 2005-83 (July 2015) simplified procedures for commercial items. This acquisition is a designated as full and open competition. The North American Industry Classification System code is 333999 and the business size standard is 500 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. I. Description of Requirement The Center for Cancer Research is the basic and clinical intramural research program of the National Cancer Institute and has the mission to inform and empower the cancer research community by making breakthrough discoveries in basic and clinical cancer research and by developing them into novel therapeutic interventions for adults and children afflicted with cancer or infected with HIV/AIDS. The Laboratory of Genome Integrity (LGI) Flow Cytometry Core Facility in building 37 supports the CCR's scientific research community by providing instrumentation and expertise to perform state-of-the art cell analysis and cell sorting. The laboratory currently houses three cell sorters and four cell analyzers. These instruments are used daily serving over 200 scientists, roughly 70 different Principal Investigators annually. Biological safety in flow cytometry is an emerging requirement for core facilities concerned about the potential accidental exposure of operators to biological samples. To maintain this facility at the forefront of flow cytometry technology, safety and to accommodate increasing demands from current and recently added CCR investigators, the facility requires the acquisition of two Walker Safety Cabinets Biosafety Enclosures or equivalent for two BD FACSAria II flow cytometry cell sorters. Parts required: Two (2) Walker Class II Biological Safety Cabinets or equivalent to house the BD FACSAria II flow cytometry sorters, including: Two (2) Class II MBSC Single HEPA Filter on the exhaust Support stand on locking castors Drop down trolley for instrument removal Bulk head fitting for instrument connections Internal AMS unit, this will exhaust via the HEPA filter The Salient Characteristics of the Walker Biological Safety Cabinet is as follows: The following Salient Characteristics must be provided: • Low noise • Highly efficient fans that are low energy consumption • Easy to store trolley for instrument removal for maintenance • Bulkhead fittings for liquid and pc connections • Potassium Iodide tested and approved to ensure full operator protection with the instrument inside the BSC • Three access doors for full access to the instrument doors • Built in extract for the aerosol management of the instrument • MSC must be able to meet client individual preferences if design features require alteration • Must be able to fit into a room with a ceiling height of 97" • No more than 1500 BTU per hour of heat generated • The HEPA filters need to be easily accessed and able to be purchased locally • After installation and certification done by manufacturer, BSC can be certified annually by NIH inspectors • Must offer unlimited telephone and email technical support after installation for one year. • Cabinet dimensions cannot exceed 60" wide x 94"high x 42" deep when closed and 90" deep when opened for maintenance • The clearance under the cart must be able to accommodate the BD FACSAria II wetcart 32" wide x 27" high II. Delivery: Contractor(s) shall deliver the item within 45 days after award to: NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon delivery, contractor must notify the NCI Contracting Officer's Representative (COR) to schedule the installation date and time. III. Installation: To be carried out by the manufacturer and shall occur within approximately one week of delivery. IV. Payment: Payment shall be made after delivery, installation, and successful operation of equipment. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. DEADLINE FOR QUESTIONS: August 31, 2015 at 08:00 AM EST. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR clause 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (Febraury 2012); FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (December 2012) WITH DUNS NUMBER ADDENDUM {52.204-6 (April 2008)}; FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (February 2012); FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (January 2013). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; FAR Clause 52.203-6 Restrictions on Subcontractor Sales to the Government FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. FAR Clause 52.219-6 Notice of Total Small Business Set-Aside FAR Clause 52.219-8 Utilization of Small Business Concerns FAR Clause 52.219-28 Post Award Small Business Program Representation FAR Clause 52.222-3 Convict Labor FAR Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR Clause 52.222-21 Prohibition of Segregated Facilities FAR Clause 52.222-26 Equal Opportunity FAR Clause 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities FAR Clause 52.222-37 Employment Reports of Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR Clause 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees FAR Clause 52.225-5 Trade Agreements FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases Far Clause 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration FAR Clause 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels 52.211-6 Brand Name or Equal. (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov or from Chad Shearer, Contracting Specialist at chad.shearer@nih.gov. OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) through sam.gov. Quotations must be received in the NCI-OA contracting office by 08:00 AM EST on September 5, 2015. Please refer to solicitation number RFQ-N02RC52686-88 on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will be accepted. All questions shall be in writing and may be addressed to the aforementioned individual noted above. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA) through sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC52686-88/listing.html)
 
Place of Performance
Address: 37 Covenant Drive, Bldg 37, Rm 1112A, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03850474-W 20150823/150821235909-897d74c0414dccd89546b6b741c62add (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.