Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 08, 2017 FBO #5829
DOCUMENT

66 -- PR# 629-18-1-7224-0029, Project Legacy, Sup Lab 19 Balances, VA256-17-AP-10780 - Attachment

Notice Date
11/6/2017
 
Notice Type
Attachment
 
NAICS
#334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1555 Poydras Street;New Orleans LA 70112
 
ZIP Code
70112
 
Solicitation Number
36C25618Q9024
 
Response Due
11/10/2017
 
Archive Date
1/9/2018
 
Point of Contact
Michelle D Bocage
 
E-Mail Address
2-3700
 
Small Business Set-Aside
N/A
 
Description
DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Please see Statement of Work 3 Page 3 of 12 Statement of Work Research Lab 19 Balances Southeast Louisiana Veterans Health Care System Research Service 11F New Orleans, LA 07/20/2017 1. PURPOSE 1.1 The overall purpose is to provide and configure equipment for the Veterinary Medical Unit at Southeast Louisiana Veterans Health Care System (SLVHCS) Research Building, P, 2400 Canal St, New Orleans, LA 70119. 2. SCOPE 2.1 The Contractor shall provide, transport, install, and configure all listed equipment. All products must meet all salient characteristics defined in this section. 2.2 All equipment and installation must meet manufacturers and VA specifications. 2.3 The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of the supplies and equipment. 2.4 The Contractor is responsible for any missing parts and components not included in order to carry out the installation. 2.5 SALIENT CHARACTERISTICS 2.5.1 2.5.1 Description: Fisher/Mettler microbalance, Qty: 2, ID#: Configured in Research building rooms: Suggested Manufacturer Brand Name/ Model: Mettler through Fisher/Model XPR6UD5 Mettler Material # 30279285, or equivalent. URL Fisher: https://www.fishersci.com/shop/products/xpr-microbalances/p-6915000#?keyword=Mettler+microbalance Specifications/Salient Characteristics: A balance with high accuracy in the microgram weighing range is required for precise weighing of small amounts of test compounds for in vitro and in vivo studies. A compact space-saving design with features for safe operation as well as efficient process security are also required.   2.5.2 BASIC 4 PLACE ANALYTICAL Balance, 12 each, ID # configured in Research building room: Suggested Manufacturer Brand Name/ Model: Mettler Toledo model 30029076.   Fisher Catalog No.01-912-401, or equivalent. Specifications/Salient Characteristics: Essential functionality plus ergonomic design.   Designed to last, with solid metal base and reinforced body Overload protection up to 100kg Designed with state-of-the-art technology Readability and repeatability of 0.1mg Low temperature drift effect: 2.0ppm/ °C Intuitive interface with clear readout: large numbers and backlit display 10 built-in applications Fast, 2-second settling time Rounded edges and smooth surfaces for easy cleaning Front-feet leveling Compliance Documentation: Trace data with built-in data and time function     Applications Formulation, Totaling, Dynamic Weighing, Piece Counting, Density, Percent Weighing, Check Weighing, Statistics, Free Factor. Type Analytical Balance Certifications/Compliance ISO/GLP Depth (Metric) 34.4cm Display Type Backlit LCD Hertz 50/60Hz Height (Metric) Chamber 23.5cm Stabilization Time 2 sec. Temperature Range (Metric) 10 to 30 °C Weight (English) 10.36 lb. Weight (Metric) 4.7kg Electrical Requirements 100/240V 50/60Hz Capacity (Metric) 120g Height (English) 13.5 in. Linearity ±0.2mg Repeatability < ±0.1mg Width (Metric) 21cm Amperage 0.3A Depth (English) 13.54 in. Readability 0.1mg Height (English) Chamber 9.25 in. Includes Drafting shield, external adjustment weighing cell Material Plastic, Die-cast Aluminum, Stainless Steel Temperature Range (English) 50 to 86 °F Voltage 100/240V Wattage 10w Width (Metric) Pan 9cm Sample Size 0.16g Connection Type RS232C Height (Metric) 34.4cm Model ME104 Width (English) 8.26 in. 2.5.3 TOP LOADER (PAN) BALANCE 12 each  ID#       configured in Research building room: Suggested Manufacturer Brand Name/ Model: Mettler Toledo number 30029122, Fisher Catalog No. 01-912-407, or equivalent. Specifications/Salient Characteristics: Essential functionality plus ergonomic design. Solid metal base Reinforced body Overload protection up to 100kg Stable and Accurate State-of-the-art technology Readability and repeatability from 0.1 to 0.001g Low temperature drift effect: 3.0ppm/degreeC Efficient Operation Intuitive interface with clear readout: large numbers and backlit display 10 Built-in applications Fast, <1.5 sec. settling time Rounded edges and smooth surfaces for easy cleaning Front-feet leveling Compliance Documentation Trace data with built-in data and time function Meet ISO/GLP documentation requirements Formulation, Totaling, Dynamic Weighing, Piece Counting, Density, Percent Weighing, Check Weighing, Statistics, Free Factor Type ME precision balance   Connection Type RS232   Certifications/Compliance ISO/GLP   Depth (Metric) Pan 18cm   Height (English) 3.9 in.   Hertz 50/60Hz   Length (English) 12.5 in.   Linearity ±0.02g   Model ME1002E   Stabilization Time 1 sec.   Temperature Range (Metric) 10 to 30 °C   Wattage 10w   Weight (English) 7 lb.   Width (English) Pan 7 in.   Width (Metric) Pan 18cm   Dimensions (L x W x H) 31.9 x 20 x 10cm   Size Pan: 18.0 x 18.0cm   Display Type Backlit LCD     Automation Interface Keys Readability 0.01g Height (Metric) 10cm Includes Protective cover, universal AC adapter, declaration of conformity, quick guide, operating instructions Length (Metric) 31.9cm Repeatability 0.01g Material ABS Plastic, Die-cast Aluminum, Stainless Steel Temperature Range (English) 50 to 86 °F Voltage 100/240V Weight (Metric) 3.2kg Width (English) 7.8 in. Width (Metric) 20cm For Use With (Application) Formulation, Totaling, Dynamic Weighing, Piece Counting, Density, Percent Weighing, Check Weighing, Statistics, Free Factor Electrical Requirements 100/240V 50/60Hz Capacity (Metric) 1200g 2.7 DELIVERY AND INSTALLATION 2.7.1 DELIVERY 2.7.1.1 Contractor shall deliver all equipment to the Southeast Louisiana Veterans Health Care System (SLVHCS), Research Building, P, 2400 Canal St, New Orleans, LA 70119 beginning on January 15, 2018. 2.7.1.2 Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. 2.7.1.3 Package to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary. 2.7.1.4 Deliver specified items only when the site is ready for installation work to proceed. 2.7.1.5 Store products in dry condition inside enclosed facilities. 2.7.1.6 Any government requested delayed delivery up to 90 days after initial award delivery date, shall be at no additional cost to the Government. 2.7.1.7 A pre-delivery meeting will be conducted 60 days prior to initial award delivery date for verification of delivery and installation dates. 2.7.1.8 Delivery and Installation will be coordinated through the COR. 2.7.2 CONFIGURATION 2.7.2.1 All equipment shall be floor mounted by contractor upon delivery unless otherwise noted above. 2.7.2.2 Install/Configure all equipment to manufacturer s specifications maintaining Federal, and Local safety standards 2.7.2.3 Installation/Configuration must be completed by March 15, 2018. All work shall be completed between 8:00 a.m. and 4:30 p.m. Monday Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site. 2.7.2.4 If there is an operational conflict with installation, night or weekend installation may be required. Government will provide a 72 hours' notice of change of installation hours. 2.7.2.5 The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the COR. 2.7.2.6 The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. 2.8 SITE CONDITIONS 2.8.1 There shall be no smoking, eating, or drinking inside the hospital at any time. 3. INSPECTION AND ACCEPTANCE: 3.1 The Contractor shall conduct a joint inspection with the COR upon delivery of equipment. 3.2 Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). 3.3 The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. 4. DELIVERABLES 4.1 Operation and Maintenance Manuals 4.1.1 Binders - Quantity (1) for each line item. 4.1.2 Digital Copies- Quantity (1) for each line item. 4.2 Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to COR upon completion of installation. OR 4.1 Not Applicable 5. OPERATOR TRAINING: 5.1 Contractor shall provide On-site training of the equipment to the Users. Scheduling of operator training shall be coordinated with the SLVHCS COR after installation is complete. OR 5.1 Not Applicable 6. PROTECTION OF PROPERTY 6.1 Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. 6.2 The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To ensure that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. 6.3 The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. 6.4 Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. 7. WARRANTY 8.1 The contractor shall provide a minimum one year manufacturer s warranty on all parts and labor. This warranty will begin upon opening of the SLVHCS Research building. 8.2 The warranty shall include all travel and shipping costs associated with any warranty repair. 8. SECURITY REQUIREMENTS 8.1 The Authorization & Accreditation (A&A) requirements do not apply and a Security Accreditation Package is not required. See Attachment 1 for Security Requirements. 8.2 In accordance with Handbook 6500.6 Contract Security (March 12, 2010) include this contract security language into the Statement of Work (SOW) immediately following the security clause section: "A&A requirements do not apply--Security Accreditation Package is not required". 1. GENERAL Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/36C25618Q9024/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618Q9024 36C25618Q9024_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3892832&FileName=36C25618Q9024-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3892832&FileName=36C25618Q9024-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04732628-W 20171108/171106231134-681a5b6c28d3da238fb564b41445e230 (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.