Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2009 FBO #2821
SOURCES SOUGHT

66 -- Triple Stacked Shaking Incubators, CO2 Controlled

Notice Date
8/13/2009
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
National Institutes of HealthNational Library of MedicineBethesdaMD20892-7511
 
ZIP Code
20892-7511
 
Solicitation Number
NIHDK2009210
 
Response Due
8/24/2009
 
Archive Date
9/23/2009
 
Point of Contact
GRIFFIN, VERNE L +1 301 594 7730, griffinv@mail.nih.gov<br />
 
E-Mail Address
GRIFFIN, VERNE L
(griffinv@mail.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The National Institutes of Health (NIH) National Institute of Diabetes and Digestive and Kidney Diseases is conducting a market survey to determine the availability and technical capability of qualified small businesses, including 8(a) small businesses, small disadvantaged businesses, woman-owned small businesses, service-disabled veteran-owned small businesses or HUBZone small businesses capable of providing Brand Name or Equal toTriple Multitron II Incubated Orbital Shaker with Refrigeration and C02 Control to include: l10102 AJ125TC Multitron II TC 25mm with Top Cooler and cooling coil, 115V 60Hzl10102.1 AJ125C Multitron II CC 25 mm with Cooling Coil 115V 60Hzl51900 CO110 Integrated CO2l52000 HC110 Humidity Option A distilled water source is required for humidification of the Multitron II. This can be as simple as a carboy placed on top of the Multitron II.L52200 Humidity carboy kitL20011 ATM00 tray w/Green Squared (Squares 8 X 8) 8 squaresL50130 ZM105 Darkening windowL40110 Triple stacking kit top cool The following specifications are essential for this equipment: Shaking Speed40 to 300 rpmAccuracy 1% at maximum speedTemperature Range5C above ambient to 65C without cooling15C below ambient to 65C with coolingAccuracy0.2C (Pt 100 sensor)Temperature Uniformity0.5C over working surfaceAir Circulation210 CFM (360m3/h)Power Supply115V @ 60Hz standard cabinet - 9 Amps w/cooling &lighting 13 AmpsPermitted Humidity85 % r.H.Maximum external Dimensions, with cooling units80 (H) X 42 (W) X 34 (D)Integrated CO2 controlSealed for humidity and CO2 controlInside delivery, installation, set-up, and training must be includedDarkened windows includedShaker trays with flask attachment material includedMinimum one-year warranty requiredThe equal item must meet the characteristics of the brand name item to be acceptable for award. Basis for Award: Offerors must provide descriptive literature or other material that demonstrates their offer meets the forgoing requirements. The contract will be awarded to the responsible offeror whose offer fully meets the requirements of the solicitation, provides the best value, with price and technical factors equally important in award evaluation. This request is for interested firms with the capability of providing the required equipment listed above are requested to submit a capability statement to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) code 334516 with a size standard of 500. All respondents are requested to identify their firms 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 Governments requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed 15 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 15 pages, should include references. A copy of the capability statement must be received at the address identified in this synopsis by no later than 10 days prior to close of business (4:30 P.M. local time at designated location) on August 24, 2009. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIHDK2009210/listing.html)
 
Record
SN01910803-W 20090815/090814000516-c40d95551d517e8def9ef6ef6d5c9790 (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.