Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2007 FBO #1992
SOURCES SOUGHT

65 -- Cage and Rack Washer

Notice Date
5/9/2007
 
Notice Type
Sources Sought
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W 6707 Democracy Blvd., MSC 5455, Bethesda, MD, 20892-5455, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NIH-NIDDK-07-243
 
Response Due
5/24/2007
 
Archive Date
6/8/2007
 
Description
The National Institutes of Health (NIH), National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) is conducting a market survey to determine the availability and technical capability of qualified small businesses, veteran-owned small business, service-disabled veteran-owned small business or HUBZone small businesses that can provide the following Brand Name or Equal Product: BetterBuilt Model R630 Cage and Rack Washer: 1) Single door unit, pit mounted; 2) Insulated double wall cabinet and door(s); 3) Safety exit hardware, door(s) can be opened from the inside; 4) Interior side bumper rails, both sides of cabinet; 5) Stainless steel pump and circulatory piping, acid compatible; 6) Stainless steel threshold plate at each door; 7) Stainless steel pneumatic control valves; 8) Drain cool down system, tempers solution to below 140F; 9) Multi-cycle microprocessor control system; 10) Eight fully adjustable cycles in program memory; 11) Sump heater, steam heated stainless steel coil; 12) Interior cabinet light, water proof fixture; 13) Emergency stop button at each door; 14) 5? Touch Screen Controls; 15) Quicklock manifold connection for carts; 16) Exhaust vent with control damper (pneumatic) and 17) Interior safety cable for emergency stop. Interior Cabinet Size shall be 48? wide x 88? high x 90? long. BetterBuilt Model T236 Tunnel Washer: 1) Washer length 20ft/28ft including dryer; 2) Insulated double wall cabinet and door(s); 3) Stainless steel mesh belt running on nylon guides; 4) Interior stainless steel trim from belt to cabinet wall; 5) Stainless steel pump and circulatory piping, acid compatible; 6) Removable upper and lower spray manifolds; 7) Stainless steel pneumatic control valves; 8) Drain cool down system, tempers solution to below 140F; 9) Large easy clean debris filters in pre-wash/wash and rinse; 10) Multi-cycle microprocessor control system; 11) Adjustable cycles in program memory; 12) Sump heater, steam heated, steam heated stainless steel coil; 13) Automatic drain and fill system; 14) Emergency stop button at each end of conveyor; 15) 5: Touch Screen Controls; 16) Digital temperature display; 17) Adjustable belt speed control; 18) Cabinet opening dimensions 36? W x 24? H. Belt Width shall be 36?. Removal of Existing Washers and Installation of New Washers This request is for interested firms with the capability of providing the Brand Name or Equal items as listed above and to submit a capability statement. The capability statement will assist the Government to determine, in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b), whether or not this procurement will be set-aside for any of the small business programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) code 339111 with a size standard of 500 employees. All respondents are requested to identify their firm?s size and type of business. Interested firms responding to this market survey must provide (a) capability statement demonstrating their experience, skills and capability to fulfill the Government?s requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed 20 pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement, not to exceed 20 pages, should include references. A copy of the capability statement must be received at the address identified in this synopsis by no later than close of business (5:00p.m local time at designated location) on May 24, 2007. Responses by fax or e-mail WILL NOT BE ACCEPTED. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited.
 
Place of Performance
Address: Bethesda, MD
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01290521-W 20070511/070509220618 (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.