Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2010 FBO #3197
SOURCES SOUGHT

65 -- RACK AND CAGE WASHER

Notice Date
8/24/2010
 
Notice Type
Sources Sought
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Child Health and Human Development, Contracts Management Branch, 6100 Executive Blvd., Suite 7A07, MSC7510, Bethesda, Maryland, 20892-7510
 
ZIP Code
20892-7510
 
Solicitation Number
NIH-NICHD-RECOVERY-10-09
 
Archive Date
9/14/2010
 
Point of Contact
Patricia Haun, Phone: 301-443-7786
 
E-Mail Address
haunp@mail.nih.gov
(haunp@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Institutes of Health (NIH), Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) is conducting a market survey to determine the availability and technical capability of qualified small business, veteran-owned small business, service-disabled veteran-owned small business or HUBZone small businesses that can provide a Rack and Cage Washer. This equipment shall be able to function on the same footprint, pit and require no more in utilities. The unit would need to operate using the existing hot water boiler system with heat exchanger and booster propane booster heater or operate with a stand-alone steam generator to provide the necessary steam to function properly per the NIH Guidelines for Design Requirements in Facilities. Any modifications to the pit will be at the vendor’s expense. The following specifications are required: •Interior cabinet size: minimum of 48” W x 88” H x 90” L •Pit Size: 93” W x 94” L x 18” D (lip cutouts also required) •Double Door pass through cabinet, pit mounted •Stainless steel construction •Left-sided utility service •Manual, swing-out, hinged doors with interior yellow coated s/s braided emergency pull cable on both sides and chamber viewing windows •Double level debris screens in wash chamber for a total of four screens •10HP solution recirculation pump •External self-cleaning debris filter •Stainless steel 304 Overlapping Rotary Spray system with aqua pulse spray system •Chemical injection ports, contacts and fittings •Steam coil sump heating in the sump •Multi-cycle microprocessor control system with 8” touch screen panel •Printer dot-matrix with automatic take-up spool •Automatic multi-phase treatment cycles capable of 5 washers, 4 rinses and 1 exhaust stage •Three staged drain sequence for fully draining sump •Treatment temperature guarantee on final rinse •Automatic sump level control •Drain discharge cool down system •Stainless steel automatic POV collar with pneumatic vent damper for direct connection to building HVAC •Steam piping designed using Schedule 80 black iron and forged steel fittings •Water conservation system; able to save final rinse for Prewash on next cycle •Signal only to start pumps supplied by chemical valves •Use of pneumatically operated 316L butterfly valves for controlling solution flow •Audible buzzer – clean side for washer startup warning •All components to be non-proprietary •Knocked down shipment •Onsite startup and demonstration of equipment •One year parts and labor warranty Installation Proposal Must Include: •Installation by a local Authorized Trained Installation Team •Removal and disposal of existing cage and rack washer •Unload, uncrate and setting new unit in place •Install (1) cage and rack washer •Place and level machine bases •Reassemble as per manufacturers specifications •Perform startup, testing, and demonstration after final connections are made •Provide unlimited user training to cage wash personnel •Final connections to facility utilities within 10 feet of connection point on machine •Utility connections to include steam line from electric steam generator to washer •Utility connections to include connections to building HVAC system Identify any additional utility requirements to perform to required specifications, i.e. 180oF final rinse temperature verified. This request is for interested firms with the capability of providing the items listed above and to submit a capability statement along with projected pricing, 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 339999 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 (3:30p.m local time at designated location) on August 30, 2010. Responses by fax or e-mail WILL NOT BE ACCEPTED. This announcement 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/NICHD/NIH-NICHD-RECOVERY-10-09/listing.html)
 
Record
SN02253081-W 20100826/100824235713-2220a50f60f6ab94e4eb3068cdc202ab (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.