Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2013 FBO #4185
SOURCES SOUGHT

66 -- Autoclaves

Notice Date
5/8/2013
 
Notice Type
Sources Sought
 
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
1116307
 
Archive Date
5/30/2013
 
Point of Contact
Sondea R Blair, Phone: 8705437469
 
E-Mail Address
sondea.blair@fda.hhs.gov
(sondea.blair@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION The U.S. Food and Drug Administration (FDA), is conducting market research to support the Winchester Engineering Analytical Center's requirement for Laboratory Sterilizers. This sources sought notice is being issued to determine if small business manufacturers or small businesses capable of supplying a U.S. made product that satisfies our requirement of another small business manufacturer exist. The associated North American Industry Classification System (NAICS) Code is 334516 - Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. Background The FDA, Winchester Engineering Analytical Center (WEAC) requires sterilizers for preparation of microbiological sample materials and to inactivate microbiologically contaminated products to ensure the safety and quality of analytical procedures requiring thermal processing. Minimum Specifications - Recessed Sterilizer •Unit shall be recessed, no side panels required •System shall include gravity, vacuum, and liquid cycles •Shall operate within a temperature range of 100 - 138oC •System shall be inclusive of a printer for cycle documentation •Shall fit within a footprint of 46" x 30" x 75.5" due to its location •Shall include a chamber with minimum dimensions of 20" x 20" x 38" and two shelves •Chamber shall be provide even distribution of steam and pressure •System shall include an integrated descaler to minimize scale build up in the steam boiler •Shall have an electric steam generator with maximum electrical requirement of 208 Volt, 50/60 Hz, with 3-phases •Shall have a power door activated by a foot pedal for hands-free operation •Shall include an electronic Resistance Temperature Detector for water and energy conservation •Shall have an auto utility shutdown feature •Shall include a user friendly operation control display •Shall have encompass a water-saving device to control the amount of water used to condense exhausted chamber steam at the end of the cycle to minimize water consumption •Shall include a mechanism to flush the steam boiler •Contractor shall provide installation, certification, removal of prior units and installation debris inclusive of parts, labor, and travel expense •Shall include a minimum one year warranty inclusive of parts, labor, and travel Qty: 1 Unit ________________________ Minimum Specifications - Sterilizer (with Side Panels) •Shall be a cabinet enclosed style with stainless steel side panels •Unit shall be recessed, no side panels required •System shall include gravity, vacuum, and liquid cycles •Shall operate within a temperature range of 100 - 138oC •System shall be inclusive of a printer for cycle documentation •Shall fit within a footprint of 46" x 30" x 75.5" due to its location •Shall include a chamber with minimum dimensions of 20" x 20" x 38" and two shelves •Chamber shall be provide even distribution of steam and pressure •System shall include an integrated descaler to minimize scale build up in the steam boiler •Shall have an electric steam generator with maximum electrical requirement of 208 Volt, 50/60 Hz, with 3-phases •Shall have a power door activated by a foot pedal for hands-free operation •Shall include an electronic Resistance Temperature Detector for water and energy conservation •Shall have an auto utility shutdown feature •Shall include a user friendly operation control display •Shall have encompass a water-saving device to control the amount of water used to condense exhausted chamber steam at the end of the cycle to minimize water consumption •Shall include a mechanism to flush the steam boiler •Contractor shall provide installation, certification, removal of prior units and installation debris inclusive of parts, labor, and travel expense •Shall include a minimum one year warranty inclusive of parts, labor, and travel Qty: 2 Units ________________________ Post-Warranty Service Agreement •Offerors shall provide information on available service agreements/plans. Place of Performance Work shall be formed on-site at the location of the instrument: US Food and Drug Administration Winchester Engineering Analytical Center 109 Holton Street Winchester, MA 01890 Response Responses to this sources sought shall unequivocally demonstrate that the respondent is regularly engaged in the manufacturing and/or sale of same or substantially similar items. Though the target audience is small business manufacturers or small businesses capable of supplying U.S. made product of another small business manufacturer or producer, all interested parties may respond. At a minimum, responses shall include the following: •Business name and bio, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address; [Provide this same information again is responding to provide a product manufactured by another firm]. •Past performance information for the manufacture and/or sale of same or substantially similar items to include date of sale, description (should also include drawings and photos), dollar value, client name, client address, client contact name, client point of contact mailing address (if different from that provided for client), client point of contact phone number, client point of contact email address, and name of the manufacturer (to include DUNS number and size status) if not the respondent. •Descriptive literature, brochures, marketing material, etc. detailing the nature of the items the responding firm is regularly engaged in manufacturing and/or selling. •If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement are also requested. •If a large business, provide if subcontracting opportunities exist for small business concerns. The government is not responsible for locating or securing any information, not identified in the response. Interested Contractors must respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before May 15, 2013 by 09:00 hours (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, Field Operations Branch, FDA|OO|OFBA|OAGS|DAP, Attn: Sondea Blair, 3900 NCTR Road, HFT-320, Bldg 50, Rm 421 Jefferson, AR 72079-9502 or email sondea.blair@fda.hhs.gov. Reference FDA 1116307. Notice of Intent Responses to this sources sought announcement will assist the Government in determining whether or not any future requirement similar to this one should be set aside for small business, made available to full and open competition or procure through sole-source acquisition procedures. Disclaimer and Important Notes This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in FedBizOpps. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Additional Notes If the stated requirements appear restrictive, please submit comments detailing the concern. Though this is not a request for quote, informational pricing for the instrument(s) and service plans is encouraged.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1116307/listing.html)
 
Place of Performance
Address: US Food and Drug Administration, Winchester Engineering Analytical Center, 109 Holton Street, Winchester, Massachusetts, 01890, United States
Zip Code: 01890
 
Record
SN03056458-W 20130510/130508235147-c5e2c97e1266b6ee9604887c1abde20e (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.