SOLICITATION NOTICE
66 -- High-quality freezers & refrigerators and incubators
- Notice Date
- 9/19/2022 11:38:09 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- RPO EAST (36C24E) PITTSBURGH PA 15212 USA
- ZIP Code
- 15212
- Solicitation Number
- 36C24E22Q0316
- Response Due
- 9/21/2022 9:00:00 AM
- Archive Date
- 10/06/2022
- Point of Contact
- Rachael Talbott, CS
- E-Mail Address
-
rachael.talbott@va.gov
(rachael.talbott@va.gov)
- Small Business Set-Aside
- VSA Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs)
- Awardee
- null
- Description
- Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a contract opportunity; Solicitation Number: 36C24E22Q0316. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The associated North American Industrial Classification System (NAICS) code for this procurement is 333415, with a small business size standard of 1,250 employees. The VHA RPO-East Contract Office is seeking to purchase for the following and all interested companies shall provide quotation(s)for the following: The primary objective of this requirement is to identify and purchase (6) high quality, 600-box, -80oC freezers, (1) high quality, 500-box, -80oC freezer, (2) high quality -20oC freezers, (3) high quality full height refrigerators, (2) high quality counter height refrigerators, and (2) high quality Heracell VIOS CO2 incubators with copper chambers with a known track record of performance, that satisfy our indicated requirements using the performance specifications and discounts outlined in the characteristics- See list below Scope It is anticipated that we will purchase and receive (6) high quality, 600-box, -80oC freezers, (1) high quality, 500-box, -80oC freezer, (2) high quality -20oC freezers, (3) high quality full height refrigerators, (2) high quality counter height refrigerators, and (2) high quality Heracell VIOS CO2 incubator with copper chambers that will be delivered and installed in the respective laboratories. The equipment MUST meet the indicated requirements. The quoter shall submit price quotes for the required brand name or equal equipment, to the specifications listed in Section 1.2 below. Please enclose the established price list and description of capabilities and product specifications for the required equipment. The quoter shall submit a separate price sheet for equal items to include Manufacturer Name, Stock/Part #, Unit of Issue, and Price. Items offered that are brand name or equal shall identify items as being on GSA schedule and reference the contract number for each item. Note: the quoter should include a description of any support services or warranty information in the technical quote. The VAMC Charleston, SC requires numerous freezers, refrigerators and incubators (see list under Characteristics). A firm-fixed price contract will be awarded for the purchase of Brand Name or Equal equipment in accordance with all terms, conditions, provisions, specifications, and schedule of this solicitation herein. Quotes shall contain the quoter s best terms for cost/price and technical capabilities of the required list or equivalent equipment. The government reserves the right to award without discussion. Characteristics: Statement of Required Goods/Deliverables Item Description Unit Quantity 1. High-performance Ultra-low Freezer (-50°C to -86°C), 600-box capacity (2-inch boxes) Exterior Dimensions: 37.6 x 39.6 x 78 in (95.5 x 100.6 x 198.1 cm) Electrical Requirements: 115 V 60 Hz Amperage: 8.5/15A NEMA 5-15P plug / IEC Cord, 10 ft (3.05 m) Capacity: 28.8 cu. ft., 816 L Minimum requirements: Certifications/Compliance: ENERGYSTAR, cULus Ambient sound (dBa): 46.9 1-min Door Opening Recovery to -75°C (min): 27 Warm Up Time (-80°C to -50°C) (min): 295 Energy use: less than or equal to 11.1 kWh/day at -80°C in high performance mode Peak variation from -80°C setpoint (min): +4.4/ 0.9 °C in high performance mode Capacitive Touch Screen Input and Display with USB Data Retrieval, event log, settings, and user profile information Two-stage, variable speed compressor (V drive technology) Refrigerant (1st/2nd Stage): R290 / R170+R290 Mix (SNAP compliant) On-board data storage (up to 15 years of temperature and event data) Easy to remove, washable filter Polystyrene insulated inner doors Shelf kit with 6 sliding drawer racks and (150) 2 inch boxes with 100 cell dividers Capable of storing up to 101,400 1 mL tubes or 60,000 2 mL tubes Solid door Datalogging and temperature mapping, exportable via a built-in USB port Device Link temperature monitoring with 1-year warranty Smart-Vue and Device Link compatible 5-year warranty on parts & labor plus 2-year extended warranty, 12-year warranty on compressor parts Inside delivery and installation GSA Contract pricing Each 6 2. High-performance Ultra-low Freezer (-50°C to -86°C), 500-box capacity (2-inch boxes) Exterior Dimensions: 37.6 x 34.0 x 78 in. (95.5 x 86.4 x 198.1 cm) Electrical Requirements: 115 V 60 Hz Amperage: 9.5/15A NEMA 5-15P plug / IEC Cord, 10 ft (3.05 m) Capacity: 24.1 cu. ft., 682 L Minimum requirements: Certifications/Compliance: ENERGYSTAR, cULus Ambient sound (dBa): 46.9 1-min Door Opening Recovery to -75°C (min): 27 Warm Up Time (-80°C to -50°C) (min): 295 Capacitive Touch Screen Input and Display with USB Data Retrieval, event log, settings, and user profile information Two-stage, variable speed compressor Refrigerant (1st/2nd Stage): R290 / R170+R290 Mix (SNAP compliant) On-board data storage (up to 15 years of temperature and event data) Easy to remove, washable filter Polystyrene insulated inner doors Shelf kit with 5 sliding drawer racks and (125) 2 inch boxes with 100 cell dividers Solid door Datalogging and temperature mapping, exportable via a built-in USB port Device Link temperature monitoring with 1-year warranty Smart-Vue and Device Link compatible 5-year warranty on parts & labor plus 2-year extended warranty, 12-year warranty on compressor parts Inside delivery and installation GSA Contract pricing Each 1 3. High-performance Freezer (-25°C to -15°C) Exterior Dimensions: 38.9 x 28.0 x 78.5 in (99.0 x 71.1 x 199.4 cm) Electrical Requirements: 115 V 60 Hz NEMA 5-15P plug / IEC Cord, 10 ft (3.05 m) Amperage: 4.3A Capacity: 23.3 cu. Ft, 650 L Minimum requirements: Certifications/Compliance: ENERGYSTAR, UL, cUL Ambient sound (dBa): 52 Capacitive Touch Screen Input and Display with USB Data Retrieval, event log, settings, and user profile information Two-stage, variable speed compressor Refrigerant (1st/2nd Stage): R290 / R170+R290 Mix (SNAP compliant) On-board data storage (up to 15 years of temperature and event data) Easy to remove, washable filter Polystyrene insulated inner doors Cold-wall convection cooling and temperature uniformity Self-closing door with 90° stop to assist with inventory loads Solid door Datalogging and temperature mapping, exportable via a built-in USB port Device Link temperature monitoring with 1-year warranty Smart-Vue and Device Link compatible 2-year warranty on parts & labor plus 2-year extended warranty, 8-year warranty on v-drive compressor parts Inside delivery and installation GSA Contract pricing Each 2 4. High-performance Lab Refrigerator (3°C to 7°C) Exterior Dimensions: 37.9 x 34.0 x 78.5 in. (96.2 x 86.4 x 199.4 cm) Electrical Requirements: 115 V 60 Hz NEMA 5-15P plug / IEC Cord, 10 ft (3.05 m) Capacity: 29.2 cu. Ft, 827 L Amperage: 15A Minimum requirements: Certifications/Compliance: ENERGYSTAR, cUL, UL Ambient sound (dBa): 52 Variable speed compressor Refrigerant (1st/2nd Stage): R290 / R170+R290 Mix (SNAP compliant) Automatic defrost Capacitive Touch Screen Input and Display with USB Data Retrieval, event log, settings, and user profile information Solid door Microcompressor control Smart Vue and Device Link compatible 4 interior shelves R290 refrigerant 2-year warranty on parts & labor plus 2-year extended warranty, 8-year warranty on v-drive compressor parts Inside delivery and installation GSA Contract pricing Each 3 5. High-performance Under-Counter Laboratory Refrigerator (3°C to 7°C) Exterior Dimensions: 26 x 23.6 x 31.8 in. (66 x 60 x 81 cm) Electrical Requirements: 100 - 240 V 50-60 Hz Amperage: 10 A Max / 3 A Steady State NEMA 5-15P plug Capacity: 5.5 cu. Ft, 156 L Minimum requirements: Certifications/Compliance: CE, REACH, RoHS, UL Glass Door, AV Quiet operation: 35 dB Meets SNAP requirements LED lighting Full color display TFT-LCD; 4.3 ; 480 x 272 Smart-Vue compatible Energy efficient Alarm monitoring Automated locking Automatic defrost Fits under laboratory counter 3 interior shelves 2-year warranty on parts & labor plus 2-year extended warranty, 10-year warranty on heat pump parts Inside delivery and installation GSA Contract pricing Each 2 6. High quality Heracell VIOS 160i CO2 incubator with copper chamber Exterior Dimensions: 34.6 x 25.1 x 35.4 in. (88 x 63.7 x 90 cm), stackable Electrical Requirements: 120 V, 50/60 Hz Capacity: 5.8 cu. Ft, 165 L Minimum requirements: Certifications/Compliance: CE, CSA, IP-54 rated Cleanroom compatible, suitable for use in ISO Class 5 and GMP Grade A/B environments Contamination control: 180°C high-heat sterilization to reach 12-log sterility assurance level (SAL), which can be utilized in the cleanroom without disrupting exterior air cleanliness Thrive active airflow technology: delivers homogeneous growth conditions quickly, avoiding unwanted variation for propagation of high-value cultures In-chamber HEPA filtration for ISO Class 5 chamber conditions for sample cultures HEPA filtration continuously filters the entire chamber air volume every 60 seconds to achieve cleanroom quality ISO Class 5 air within 5 minutes of routine door opening Compatible with common cGMP facility protocols and cleanroom procedures including STERIS vaporized hydrogen peroxide (VHP) biodecontamination technology CO2 sensor technology: IR180Si sensor Chamber material: copper (corrosion-resistant) LED lighting CO2 concentration range: 1 to 20% Optional O control: choice of 1 21% or 5 90% ranges Temperature range: ambient +3°C to 55°C Touchscreen interface providing complete data visibility with data logging, error and usage logs, performance trend graphing, and multiple language options Data outputs: USB, 4-20 mA, remote alarm contacts Compatible with Device Link Humidity source: covered, integrated 3L water reservoir that can be easily drained through built-in copper drain Water level displayed on touchscreen Relative humidity: <93% at 37°C Stacking adapter and lower support frame with rolling casters included 2-year warranty on parts & labor plus 1 year extended warranty Inside delivery and installation GSA Contract pricing Each 2 Tasks The vendor/contractor should provide inside delivery and installation for all units. Security clearance is not required. Vendors will not install, upgrade or access VA systems or VA patient sensitive information. The system is a stand-alone system not integrated with the VA IT. Address: Delivery Address 1: Ralph H. Johnson VAMC Research Service C/O Shared Resource Program 30 Courtenay Drive Strom Thurmond Research Building Rooms 434, 405, 418, 518, 532 Charleston, SC 29403 Delivery Address 2: Ralph H. Johnson VA Medical Center C/O Lung Precision Oncology Program or Navigate Program 109 Bee Street Research Building DD166, DD163 Charleston, SC 29401 Award shall be made to the quoter whose quotation offers the lowest price, technically acceptable solution. The product capabilities and salient characteristics identified above by a brand name or equal"" description are intended to be descriptive, not restrictive, and to indicate the quality and characteristics of the product that will be satisfactory. Quotes offering ""equal"" products (including products of the brand name manufacturer other than the one described by the brand name) will be considered if such product is clearly identified in the quote and is determined by the VA to meet fully the salient characteristics on above products. If offering an equivalent product, the brand name of the equivalent product shall be clearly identified in the quote. Unless visibly identified as an equivalent product, offered items shall be considered as the brand name product referenced in this announcement. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders FAR 52.211-6, Brand name or equal to VAAR 852.212-71, Gray Market Items also applies: https://www.va.gov/oal/vaar/812.html#812301f2 This is an open-market combined synopsis/solicitation for products as defined herein. Submission shall be received not later than 21 September 2022, 12:00 p.m. EST. with the reference 36C24E21Q0316 in subject line via e-mail to Rachael.Talbott@va.gov.Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Your response should include both the interest/capability statements and business size/socioeconomic status. No telephone responses will be accepted. A determination not to compete the proposed requirement based upon the responses to this notice is solely within the discretion of the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4841ec51d6b74b86b3067deec50de614/view)
- Place of Performance
- Address: Ralph H. Johnson VAMC Research Service, Charleston, SC 29403/04, USA
- Zip Code: 29403/04
- Country: USA
- Zip Code: 29403/04
- Record
- SN06471072-F 20220921/220919230121 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |