Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2009 FBO #2829
MODIFICATION

66 -- Biological Safety Cabinet

Notice Date
8/21/2009
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
1062336
 
Archive Date
9/12/2009
 
Point of Contact
Jaclyn Stielper, , Doreen Williams, Fax: 301-827-7106
 
E-Mail Address
jaclyn.stielper@fda.hhs.gov, doreen.williams@fda.hhs.gov
(jaclyn.stielper@fda.hhs.gov, doreen.williams@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment is to update the quantity of the requirement. ______________________________________________________ This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-35. This announcement constitutes the only 100% total small business set aside solicitation and a written solicitation will not be issued. This synopsis, NAICS code 334516, is to notify contractors that the government intends to issue a Firm Fixed Price Purchase Order in accordance with FAR Part 13.106 for the following statement of work, under the simplified acquisition procedures. Any firm that believes it is capable of providing the required service as stated herein may submit a capability statement to document its ability to provide the required services. A determination to compete this procurement based on a response to this notice is solely within the discretion of the Government. Award will be made to the party whose quote offers the best value to the Government. The Government may award this contract to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability and 2 Price. Technical Capability is significantly more important than price. This solicitation is issued as a Request for Quotation (RFQ). The Food and Drug Administration (FDA) intends to award a purchase order for a biological safety cabinet. Brand Name or Equal. NuAire Inc. Vertical Flow Cabinet Part#NU-S125-436 Quantity: 2 1. Specific Requirements for the Biological Safety Cabinet a.The equipment shall meet the containment performance requirements of NSF/ANSI 49:2002 b.The cabinet shall have overall dimensions not exceeding 70 X 48 X 104 (w-d-h) and will have internal dimensions of at least 47 x 36 x 78 (w-d-h). c.Cabinet shall provide biological containment protection for both operator and product proven by an actual test, (e.g. test conducted by NuAire). d.Base Cabinet shall be constructed from 16GA, Type 304 stainless steel wall panels, gasketed and bolted together. Painted exterior 16 GA CRS cover panels shall be gasketed and bolted to wall panels. All biologically contaminated panels and ducts shall be maintained under negative pressure. e.Top blower/filter module(s) shall be painted 16 GA CRS bolted to base cabinet assembly. f.Hinged front door(s) shall be all stainless steel design with heavy duty SST hinges and door latch. g.Cabinet shall be easily fumigated employing an established procedure such as that recommended by NSF. h.Supply HEPA filter(s) shall be of full cabinet work zone width and depth; work zone below supply HEPA shall be of fixed cross-sectional area (sloping back wall or viewing window is unacceptable). i.Supply HEPA filter(s) shall be protected by perforated metal diffusers covering the entire top of the work zone. j.Air Velocity from the supply filter shall average 55 to 65 FPM. k.Work access opening shall be 8 inches. Average inflow velocity shall nominally be 105 LFPM (.53 m/s). l.The cabinet shall have all positive pressure plenums surrounded by a vacuum relative to the room m.HEPA filters shall be 99.99% efficient on 0.3 micron, aluminum framed, meeting the requirements of IESTRPCC001.4,Type C. n.The cabinet shall have two internal electrical circuits; one for blower/lights and one for the outlets. o.The cabinet shall meet the requirements of UL61010A1 for both the U.S. for electrical/mechanical integrity. p.Total cabinet airflow shall be controlled via solid state motor voltage regulators with adjustment available on the Control Center. q.Balancing of cabinet workzone downflow (recycling flow) to exhaust flow shall be accomplished with an internal exhaust flow damper, externally adjustable with screwdriver and sealed with liquid tight fastener. r.Sound level shall be no more than 67 dbA measured 15 inches (381mm) above the work tray and 12 inches (305mm) in front of viewing window. s.Fluorescent lighting shall be internally mounted on top/rear panel of workzone and provide 40 to 120 footcandles (LUX) on work surface. The ballast to be electronic, containing thermal protection with automatic reset. t.Cabinet shall have a minihelic gauge(s) to display pressure drop over the supply HEPA filters. u.Cabinet shall come standard with two GFCI outlets with drip proof covers (one on each sidewall). v.Cabinet shall have a permanent positive pressure plenum with quick release supply filter removal. w.Motor/blower shall be positioned so as to create an even filter loading, thereby prolonging the life of the supply HEPA filter, and shall deliver over 80% the initial HEPA filter static pressure with no more than a 10% decrease of CFM. x.Cabinet shall come standard with an all stainless steel work table designed with the following features; top table, top dimensions are the interior cabinet size minus 13/ 4” depth and minus 4” width, electric autolift, 5”lockable SST castors and 800 lb. capacity. y.The following optional equipment shall be available to support installation and user requirements: 1.Ultraviolet Light 2.Additional Service Valves for Gas, Air, Vacuum 3.Additional Dedicated Outlets (115V, 220V) 4.Alarm Systems 5.Exhaust Transitions 6.Cord PassThroughs 7.Robotic PassThroughs 2.Service: The offeror must have experience and documentation that the provided equipment can meet all of the safety requirements of a Class II type A2 Walk-in Biological Safety Cabinet that shall meet the containment performance requirements of NSF/ANSI 49:2002 CCR: Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. QUESTIONS DEADLINE: All questions are to be submitted via email to Jaclyn.Stielper@fda.hhs.gov no later than August 25, 2009 at 4:30 PM EST. Telephone calls will not be accepted. QUOTATIONS DUE: All quotations are due, via email to: Jaclyn.Stielper@fda.hhs.gov, no later than 4:30 PM EST on August 28, 2009. PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.217-9, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, and FAR 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1062336/listing.html)
 
Place of Performance
Address: 8301 Muirkirk Road, Laurel, Maryland, 20708, United States
Zip Code: 20708
 
Record
SN01922678-W 20090823/090822004641-30c4ad5ed7f31bf8d6891dc85f29700e (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.