SOLICITATION NOTICE
66 -- BIOFLO PRO 150 LITER PILOT PLANT STERILIZABLE IN PLACE FERMENTOR
- Notice Date
- 9/12/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- DABJ05-03-T-0840
- Response Due
- 9/18/2003
- Archive Date
- 11/17/2003
- Point of Contact
- Brenda Fletcher, 410-278-0876
- E-Mail Address
-
Email your questions to ACA, Aberdeen Proving Ground
(brenda.fletcher@sbccom.apgea.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA 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; proposals are b eing requested and a written solicitation will not be issued. The contractor shall provide a BIOFLO PRO 150 LITER PLANT STERILIZABLE IN PLACE FERMENTOR. The fermentor shall have the following: industrial programmable logic controller, PLC , as standard m ethod for controlling the fermerntor and based on GaMp guidelines, controller with remote IO rack for the connections of all analog and digital systems with the ability to simple add additional I/O in the field, controller with open architecture allowing u se with New Brunswick Scientific, BioCommand Bioprocessing software and other industrial SCADA packages without the need for a third party driver, 10?????? color touchscreen monitor/operator interface with access to multiple screens including main screen, overview screen, gauge screen, sterilization screen, growth screen, cascade control screen alarm screen pump assignment screen and trend graph screen. All shall be mounted inside a NEMA 4 control cabinet to allow for spray down. The control cabinet shall be flexible to be mounted in two different orientations. CLIN 0001: The contractor shall provide a 150-Liter SIP Fermentor System consisting of the following: 150-Liter Vessel Assembly with 3:1 height to diameter ratio, (3) Rushton impellers, spring ass isted manway, 4??????sight glass, and bottom drive with double mechanical seal; Piping and Instrumentation with Valves for automatic sterilization, automatic temperature control, automation speed control, manual airflow control, manual back pressure contro l, inlet filter with test integrity ports, heated exhaust filter; Control Cabinet with 10?????? Touch Screen interface, industrial PLC and Necessary I/O; Air Inlet Line consisting of having oxygen supplemented into the process inlet gas steam based upon cu lture demands, air controlled via a thermal mass flow container, standard inlet filter, and air must be able to be injected into the vessel at the sparge port or the overlay; Exhaust line consisting condenser that are mounted on vessel to reduce dew point of exiting process steam, single exhaust filter, marking the end of the sterile envelope of the unit, ability to manually adjust the pressure with pressure regulator; Sensores, Housing, and Transmitters shall consist of single 120 mm gel filled pH probe, s ingle 120 mm gel filled Ingold DO probe, tapered 25 mm SIP/CIP port, tapered 25 mm SIP/CIP port and pH/DO transmitter selection; Additional Ports shall consist of 2 additional values that shall be included with the system (containing steam crosses, stem tr aps, and interconnection piping also a 7 port septum installed in a tri-clamp connection on the vessel head plate that can be used for making additions. In addition the system shall have 4 user definable 100 RPM pumps with flow rates between 1.26 and 16.8 liters/hour: a single variable speed pump, resterilizable sample valve for sampling the contents of the vessel, and a single heat exchanger for injection of steam, cooling water injected via a pressured loop. . Acceptance shall be at Destination. Shippi ng shall be FOB Destination. Delivery shall be to the U.S. Army, Aberdeen Proving Ground, MD 21010. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation--Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. Technical and Past Performance when combined are significantly more important than cos t or price. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient informati on is available, vendors must furnish as part of their proposal all descriptive materials (such as cuts, illustrations, drawings or other information) necessary for the government to determine whether the product meets the salient characteristics of the re quirement. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modificat ions. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the offeror to meet the delivery schedules , warranty, training, and support. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and telephone number. The government will award a contract to the offeror whose offer conforms to this sol icitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representa tions and Certifications--Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contr act Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the G overnment, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer), FAR 52. 219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126 ), FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), DFAR 252.204-7004 Required Central Contractor Registration, DFAR252.243-7001 Pricing of Contract Modifications, DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items. The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, http://www.arnet.gov/far, and http://www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, and rece ived via electronic mail or fax by 18 September 2003 no later than 4:30 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Brenda Fletcher), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Centra l Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Brenda Fletcher, Contract Sp ecialist via fax (410)612-5357, or via email brenda.fletcher@sbccom.apgea.army.mil.
- Place of Performance
- Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Country: US
- Zip Code: 21005-3013
- Record
- SN00433280-W 20030914/030912213320 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |