Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
SOLICITATION NOTICE

66 -- LIQUID NITROGEN FREEZER AND ACCESSORIES

Notice Date
9/16/2009
 
Notice Type
Presolicitation
 
NAICS
335222 — Household Refrigerator and Home Freezer Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area, Area Office, 600 East Mermaid Lane, Wyndmoor, Pennsylvania, 19038, United States
 
ZIP Code
19038
 
Solicitation Number
AG-3615-S-09-0019
 
Point of Contact
Lisa M. Botella, Phone: 215-233-6551, Rebecca L. Coulter, Phone: 607-255-2448
 
E-Mail Address
lisa.botella@ars.usda.gov, rebecca.coulter@ars.usda.gov
(lisa.botella@ars.usda.gov, rebecca.coulter@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The USDA, Agricultural Research Service (ARS), intends to negotiate solely with Harvey Instruments, Inc. in Buffalo, New York to furnish, deliver (F.O.B. Destination) and install a new high capacity, high efficiency cryogenic refrigerator (dewar) with suitable attachments to monitor nitrogen levels and temperatures, and to control and transfer liquid nitrogen from a supply dewar to control the nitrogen level in the dewar. This unit is required for the long-term cryogenic storage of living fungal germplasm for the ARS Collection of Entomopathogenic Fungal Cultures. Delivery is for the USDA, ARS, Robert W. Holley Center for Agriculture and Health, Biological Integrated Pest Management Research Unit in Ithaca, New York in accordance with the terms, conditions, and specifications contained in this document. The Contractor shall furnish all labor, equipment, materials, tools, services and supervision necessary to provide the items below: SCHEDULE OF ITEMS. ITEM NO. 01, Liquid Nitrogen Freezer, Model, Chart/MVE Stock 1877P-2T-150; QTY: 1 EA; UNIT PRICE: $ __; AMOUNT: $___. ITEM NO. 01 includes accessories: Nitrogen gas by-pass valve; Liquid nitrogen delivery host; liquid nitrogen level sensors; and liquid nitrogen level controller. ITEM NO. 2, Shipping; QTY: 1 JOB; UNIT PRICE: $___; AMOUNT: ___. ALL THIS FOR A TOTAL OF $_____. NOTE: The Contractor shall prepay and add freight cost as a separate line item in accordance with the F.O.B. Destination clause. The USDA, ARS, USPSNL has determined that the Harvey Instruments Inc. is the only manufacturer to meet the following salient characteristics: 1) high capacity storage; 2) 2-tier Lazy Susan Inventory System; 3) Storage Capacity for 2 ml; 4) Vials Vertically Arrayed SUC Canisters Diameter of opening to be reduced to approximately 25 inches; 5) Temperature range between -196 degrees C and -150 degrees C; 6) Equal to existing Harvey Instruments for interchangeability of accessories; 7) The entire system must fit into a space not greater than 6 ft x 6 ft x 7 ft (L x W x H, with the maximum height being when the dewar’s lid is opened. Our laboratory requires these seven interrelated specifications in order to maximize the value of the expenditure while increasing the capacity for the collection to continue to grow and minimizing the continuous use of liquid nitrogen. GOVERNMENT FURNISHED ITEMS: This equipment shall be able to accept standard nitrogen transfer hose couplings to connect the controller and dewar to existing liquid nitrogen storage/transfer dewars already being used to service cryogenic storage of fungal cultures in the receiving facility. SYSTEM SPECIFICATIONS: 1. A cryogenic refrigerator (dewar) with these characteristics: a. A 2-tiered rotating lazy-susan storage system with each tier divided in labelled sectors. b. Each sector of the racking able to hold at least 50 vertically oriented industry-standard SUC canisters that each hold 16 canes, each able to hold six 2-ml cryogenic vials. c. A folding, self-storing step and platform to facilitate worker access to the interior space and materials stored on either tier of the racking system. d. A hinged, lockable insulated lid for the opening not to exceed 25 inches in diameter. e. Liquid nitrogen supply hose for connection to an external liquid nitrogen supply dewar (not included in this requisition). 2. A liquid nitrogen controller (included as part of the dewar system) with these characteristics: a. Display height of liquid nitrogen in dewar. b. Display temperatures at top and bottom of storage volume inside dewar. c. Multiple levels of visual and audible alarms for user-controlled settings of high and low temperatures or nitrogen levels. d. Automatic control of liquid nitrogen level in dewar within user-defined limits by means of solenoid-based control of nitrogen input from an external nitrogen supply dewar (not included in this procurement). e. Gas bypass and phase separator assures that only liquid (not gaseous) nitrogen is pumped from the nitrogen supply dewar into the main storage dewar. f. Battery back-up provides continued operation to monitor tank status and to control nitrogen level in tank in the event of power outages. This requirement includes Section 508 Accessibility Compliancy for clauses 1194.21 and 1194.25 and the “Year 2000 Compliancy”. PACKING AND SHIPPING - The Contractor shall be responsible for shipping the equipment. The Contractor shall pack each item for shipment in a new container in such a manner that will ensure acceptance by common carrier and safe delivery at the destination. Containers and closures shall comply with the Interstate Commerce Regulation, Uniform Freight Classification Rules, or regulation of other carriers as applicable to the mode of transportation. The items to be furnished hereunder shall be labeled with the purchase order number and delivered, all transportation charges pre-paid and added as a separate line item by the Contractor. DELIVERY - The Contractor shall furnish and deliver the equipment and documentation to PDC Warehouse 321 E. Palm Road, c/o Cornell University, Ithaca, NY 14853 Attn: Rebecca Coulter within thirty (30) days after the receipt of the purchase order. Delivery to the designated facility shall be between the hours of 8:00 a.m. to 2:30 p.m., Monday through Friday, excl. Federal holidays. Arrangements for the uncrating and physical delivery of the unit shall be arranged with the Cornell University receiving facility since they have both a suitable receiving dock and the small crane required to uncrate and assist in the final placement of so large and heavy a unit into the USDA-ARS facility in a greenhouse basement where it will be used. The Contractor shall provide advance notification of delivery. Such notice shall be provided in writing, not less than two (2) weeks prior to delivery. The Contractor shall provide at least 24 hours advance notice to Rebecca Coulter, 607-255-2448, prior to actual delivery. The system will be moved in place by the recipient’s designated agents at Cornell University. DOCUMENTATION - The Contractor shall provide one (1) copy each of the operations, repair, software, maintenance manuals, lubrication, and service instructions upon delivery of the equipment. All documentation shall include the P.O. number. WARRANTY – The Contractor shall provide a two year standard warranty on all parts and labor. The vacuum that insulates the dewar shall have a warranty of 5 years. The Contractor shall provide a copy of the warranty for each item with their offer. PAYMENT - The Contractor must be registered for Electronic Funds Transfer (EFT) payments in the Central Contractor’s Registration (CCR) database to receive payment. Payment may be made by a Government purchase order or Government Credit Card if delivery is completed with 30 days after award of the order. Final payment shall not be made unless and until the equipment and documentation have been received and are accepted by the Technical Representative. The NAICS Code is 335333 with a size standard of 1,000 employees. This procurement is 100 Set-Aside for Small Business. This is not a request for proposal. The Buy American Act-Free Trade Agreement-Israeli Trade Act, FAR 52.225-3, Alt.1 applies to this requirement. No solicitation is available. Companies with the demonstrated capability and financial capacity to provide and service such equipment, and warranty must submit a written substantive statement outlining the Company’s and systems’ capabilities, available service agreements and consumables (including price lists). This announcement and any other documents related to this procurement will be available electronically at the Internet site http://www.fbo.gov. The Contractor is responsible for monitoring the FBO website for information relating to this requirement. If no affirmative responses are received with 5 calendar days of publication of this notice to determine whether a qualified source is more advantageous to the Government, an order will be placed with Harvey Instruments, Inc. under the authority of FAR 6.302.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/NAAO/AG-3615-S-09-0019/listing.html)
 
Place of Performance
Address: DELIVERY LOCATION: USDA, ARS, NAA, Robert w. Holley Center for Agriculture and Health, Biological Integrated Pest Management Research Unit, Tower Road, Ithaca, New York, 14853-2901, Delivery address: PDC Warehouse 321 E. Palm Road, c/o Cornell University, Ithaca, NY 14853 Attn: Rebecca Coulter, ITHACA, New York, 14853, United States
Zip Code: 14853
 
Record
SN01958062-W 20090918/090917001726-0a8e60ba1b4e8f2ce4696b93153080f5 (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.