SOLICITATION NOTICE
66 -- Purchase of a heat exchanger, non-refrigerated water recirculating system, to cool a Sumitomo F-50L, Cryomech CP2870, and two (2) Bruker gradient coils - Special instructions
- Notice Date
- 8/17/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 3155, MSC 9593, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- hhs-nih-nida-sssa-2016-668
- Archive Date
- 9/15/2016
- Point of Contact
- Gwennifer Epps, Phone: 3014519242
- E-Mail Address
-
eppsg@mail.nih.gov
(eppsg@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Technical Evaluation Table This is a Combined Synopsis/Solicitation (COMPETITIVE) The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), has the requirement to procure the following brand name item: Haskris non-refrigerated water Re-circulating System - 208-230V-10-60Hz; model number: WW4, and standard warranty, from: Small Business, Haskris Company Inc., 100 Kelly Street, Elk Grove Village, Illinois 6007, USA or EQUAL. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number remains the same: HHS-NIH-NIDA-SSSA-2016-668. This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 20) 05-72, (January 2014) Simplified Procedures for a Commercial Item. The Government contemplates only one award of a Firm-Fixed Price contract. The Associated North America Industry Classification Code (NAICS) 334515 and the Business Size Standard is 500. It has been determined there are no opportunities to acquire green products or services for this procurement. Background: The NIH Mouse Imaging Facility (MIF) is dedicated to providing state-of-the-art anatomical, functional and molecular medical imaging capabilities for animal models of human disease. It is necessary to procure a heat exchanger to cool a Sumitomo F-50L, Cryomech CP2870, and two (2) Bruker gradient coils. There will be an input from in-house chilled water which will need to be manipulated to the desired flow rate and temperature before being directed to the Sumitomo F-50L, Cryomech CP2870, and two (2) Bruker gradient coils in order to cool them. Project requirements: The Contractor shall provide a heat exchanger, non-refrigerated water recirculating system, to cool a Sumitomo F-50L, Cryomech CP2870, and two (2) Bruker gradient coils: 1. The heat exchanger must have 6 pumps, 2 of which will be backup pumps a. 4 pumps must possess: i. a maximum annual water temperature of +60 degrees Fahrenheit, ii. minimum available flow rate of 10 GPM, iii. maximum inlet water pressure of 100 psi, iv. and optimal pressure differential of 25 psi to 50 psi b. 2 pumps must possess: i. a minimum of 4.0 GPM at 45 psi ii. nominal supply water temperature of at least 70 degrees Fahrenheit iii. automatic switchover on loss of flow 2. There must be separate tanks, pumping, and temperature control systems for all 4 supply circuits. The supply circuits in question have the following features: a. Circuit 1: F-50L Compressor with a heat load of 8.3 kW. There should be an optional primary/standby pump configuration b. Circuit 2: CP2870 Compressor with a heat load of 7.3 kW. There should be an optional primary/standby pump configuration c. Circuit 3: Gradient Coil 1 with a heat load of 2.5 kW and a single pump configuration d. Circuit 4: Gradient Coil 2 with a heat load of 2.5 kw and a single pump configuration. 3. The equipment must fit in a 72" W x 36" D x 72" H space. 4. The proposed equipment must be compatible with a Sumitomo F-50L, Cryomech CP2870, and two (2) Bruker gradient coils. 5. There must be indicator lights for faults. 6. There must be the ability to handle 10 gallons per minute of water from the in house chiller. 7. There must be an ability to manipulate the specific flow rate as desired for each piece of individual equipment with an electronic capacity control. 8. Installation will require flexibility as to the date of occurrence as the manufacturer of the existing equipment must power down the magnet and fix cryo coils so installation can occur. Installation will require that equipment is set up and all components work with existing equipment. 9. At least a one year warranty covering defects in material and workmanship must be included in the proposed cost. 10. Lifetime technical support via phone and email should be included in the proposed cost. 11. Documentation on the design, build, and testing of the unit should be provided with the offer. 12. Quotes should include extended warranty options which include pricing for failure of any component of the heat exchange system, on site repairs, and the ability to keep parts in stock that are likely to fail. The turnaround time for stocking parts must also be included. Other important considerations: 1. EQUIPMENT REQUIREMENTS - 1. The heat exchanger must have 6 pumps, 2 of which will be backup pumps: 4 pumps must possess: • a maximum annual water temperature of +60 degrees Fahrenheit, • minimum available flow rate of 10 GPM, • maximum inlet water pressure of 100 psi, • and optimal pressure differential of 25 psi to 50 psi 2 pumps must possess: • a minimum of 4.0 GPM at 45 psi • nominal supply water temperature of at least 70 degrees Fahrenheit • automatic switchover on loss of flow 2. There must be separate tanks, pumping, and temperature control systems for all 4 supply circuits. The supply circuits in question have the following features: • Circuit 1: F-50L Compressor with a heat load of 8.3 kW. There should be an optional primary/standby pump configuration • b. Circuit 2: CP2870 Compressor with a heat load of 7.3 kW. There should be an optional primary/standby pump configuration • Circuit 3: Gradient Coil 1 with a heat load of 2.5 kW and a single pump configuration • d. Circuit 4: Gradient Coil 2 with a heat load of 2.5 kw and a single pump configuration. 3. There must be indicator lights for faults. 4. There must be the ability to handle 10 gallons per minute of water from the in house chiller. 5. There must be an ability to manipulate the specific flow rate as desired for each piece of individual equipment with an electronic capacity control. 6. Documentation on the design, build, and testing of the unit should be provided with the offer. 2. SIZE AND SPACING REQUIREMENTS - • The equipment must fit in a 72" W x 36" D x 72" H space. 3. COMPATIBILITY REQUIREMENTS - • The proposed equipment must be compatible with a Sumitomo F-50L, Cryomech CP2870, and two (2) Bruker gradient coils. 4. WARRANTY AND SUPPORT REQUIREMENTS - • At least a one year warranty covering defects in material and workmanship must be included in the proposed cost. • Lifetime technical support via phone and email should be included in the proposed cost. • Quotes should include extended warranty options which include pricing for failure of any component of the heat exchange system, on site repairs, and the ability to keep parts in stock that are likely to fail. The turnaround time for stocking parts must be included. A turnaround time of three days or less is preferable. II. Delivery: Contractor(s) shall deliver the instrument within 10-12 weeks after award to: NIH/NINDS 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 NINDS Contracting Officer's Representative (COR) to schedule the delivery date and time. III. Installation: Installation will require flexibility as to the date of occurrence as the manufacturer of the existing equipment must power down the magnet and fix cryo coils so installation can occur. Installation will require that equipment is set up and all components work with existing equipment. IV. Payment: Payment shall be made after delivery, installation, and successful operation of equipment. Payment authorization requires submission and approval of invoice to the NINDS COR and NIH Commercial Accounts. BASIS FOR AWARD: Offerors must provide descriptive literature or other materials that demonstrate their offer meets the forgoing requirements. The contract will be awarded to the responsible offeror with the lowest price offer that fully meets the requirements of the solicitation. QUOTATIONS ARE DUE: August 31, 2015 at 11:00 AM, EST. PROVISIONS AND CLAUSES: The following provisions and clauses will be incorporated by reference: 52.211-6 Brand Name or Equal (a) If an item in this solicitation is identified as quote mark brand name or equal, quote mark 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 quote mark equal quote mark products must meet are specified in the solicitation. (b) To be considered for award, offers of quote mark equal quote mark products; including quote mark equal quote mark 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 modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate quote mark equal quote mark 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 quote mark equal quote mark product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items: The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. 52.212-3 Offerors Representations and Certifications Commercial Items (November 2013) WITH DUNS NUMBER ADDENDUM (52.204-6 (July 2013): 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items (January 2014). The following additional FAR clauses cited in this clause are applicable: (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: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8 Utilization of Small Business Concerns 52.219-28 Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-37 Employment Reports on Veterans 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-1 Buy American Act - Supplies 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer System for awards Management 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels 52.246-2 Inspection of Supplies-Fixed Price OFFERORS: Response Format The technical response should be prepared using the attached technical response template. The red text should be updated as appropriate for each contractor response. IMPORTANT NOTE TO OFFERORS: PLEASE ENSURE THAT YOUR TECHNICAL RESPONSE USES THE ATTACHED TECHNICAL RESPONSE TEMPLATE FORMAT AND ADDRESSES EACH OF THE TEMPLATE FIELDS CONTAINING RED TEXT. REFERENCE LITERATURE MUST BE INCLUDED WITH THE TECHNICAL RESPONSE AND MAY BE PRODUCT BROCHURES OR ANY OTHER DOCUMENTATION OR STATEMENT IN THE RESPONSE COMMENTS BY WHICH TECHNICAL QUALIFICATION MAY BE CONFIRMED. CONTRACTORS NOT SUBMITTING BOTH A TECHNICAL RESPONSE IN THE ATTACHED TEMPLATE FORMAT QUOTE SHALL NOT BE CONSIDERED. No collect calls will be accepted. In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representation and Certifications Applications (ORCA) through sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/hhs-nih-nida-sssa-2016-668/listing.html)
- Place of Performance
- Address: National Institutes of Health (NIH), National Institute of Neurological Disorders and Stroke (NINDS), Building 10, Clinical Center, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04229042-W 20160819/160817235825-2471b7746983e61c61b7832c3c6cdb03 (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 |