Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2013 FBO #4214
SOLICITATION NOTICE

66 -- Dual Hot Cells

Notice Date
6/6/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(HL)-2013-174-RSF
 
Archive Date
7/2/2013
 
Point of Contact
Rashida S. Ferebee, Phone: 3014352605
 
E-Mail Address
ferebeers@nhlbi.nih.gov
(ferebeers@nhlbi.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation: NHLBI-CSB-(HL)-2013-174-RSF Agency/Office: National Institutes of Health Location: National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD Title: Procurement of Hot Cells Description(s): COMBINED SYNOPSIS / SOLICITATION (1) Action Code: Combined Synopsis/Solicitation (2) Date: June 6, 2013 (3) Year: 2013 (4) Contracting Office Zip Code: 20892-7902 (5) Classification Code: 66 - Instruments and Laboratory Equipment (6) Contracting Office Address: 6701 Rockledge Drive, Room 6145, Bethesda, MD (7) Subject/Title: Procurement of Hot Cells (8) Proposed Solicitation Number: NHLBI-CSB-(HL)-2013-174-RSF (9) Closing Response Date: June 17, 2013 (10) Contact Point(s): Rashida S. Ferebee (11) Contract Award and Solicitation Number: TBD (12) Contract Award Dollar Amount: TBD (13) Contract Line Item Number(s): TBD (14) Contractor Award Date: TBD (15) Contractor Name: TBD (16) Description: Procurement of Hotcells (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. (ii) The solicitation number is NHLBI-CSB-(HL)-2013-174-RSF. The solicitation is being issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. (iv) The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is being conducted in accordance with FAR Part 12 and FAR 13. (v) Base Year: Purchase Order Line Item Number 0001: Dual Hot Cell # 1 Purchase Order Line Item Number 0002: Dual Hot Cell # 2 (vi) Description of Requirements for the items to be acquired: Background: The Imaging Probe Development Center at the NHLBI is a state-of-the-art synthetic chemistry core facility dedicated to the production of novel imaging agents for the entire NIH community. The primary goal of IPDC is to expedite basic and translational research across all imaging modalities. IPDC currently is in the progress of opening a new PET lab. At this moment the center has one dual hot cell currently installed. This dual hot cell will primary be used for radiolabelings of various compounds using permanently set up automated modules situated in each hot cell carrying out high levels of radioactivity, and also utility of each module will be based on nature of the isotope. To generate the radiolabeled compounds for imaging studies using the module it is necessary to obtain significant amount of developmental work handling lower levels of the radioactivity. Currently the Center does not have a hot cell to perform those tasks with high levels of personnel shielding and safety. Having additional hot cells devoted only for developmental work will allow radio chemists to perform multiple reactions simultaneously, avoid cross contamination and provide personnel shielding. The transition between the developmental and scale up work will be facilitated by absence of downtime due to the radio decay nature of isotopes. The Imaging probe Development Center is in need of the dual hot cells for developmental work handling radio isotopes.. STATEMENT OF WORK The Offeror shall: 1. Be familiar and have recent experience with designing, producing, and installing hot cells similar to the units installed at the NIH located in Bethesda, MD. Contractors who have previously installed hot cells at this facility are preferred. 2. Provide a transportation, rigging, and installation plan for NIH review and approval prior to commencing of work. 3. Coordinate all activities with the project officer, facility manager, customer, and others if necessary, prior to work commencing. 4. Provide material, labor, equipment, and supervision to deliver and install two complete and usable dual hot cells to building 10CRC, room B2P034. 5. Deliver and install both hot cells within 16 weeks of contract award. Delivery will be made as follows: National Institutes of Health, National Heart, Lung, and Blood Institute, 10CRC, Room B2P034, Bethesda, MD 20892. The required technical specifications of the dual hot cell are as follows: Dual Hot Cell #1 1) Provide singular internal chamber for dual hot cell #1 - Internal Dimensions of chamber (excluding any internally attached hardware and utilities): 99" Wide x 34" Deep x 44" High, Minimum. 2) External Dimension of dual hot cell (including all externally attached hardware and utilities): 135" Wide x 52" Deep x 86" High, Maximum 3) Total weight = 28,000 lbs, Maximum. Average floor bearing pressure = 55 PSI Maximum 4) 2" thick lead on all sides, top, & bottom 5) Common continuously welded stainless steel liner without dividing walls (single interior chamber) 6) Dual exhaust locations on top of dual hot cell (not baffled), each 10" dia, 300 CFM @ 1" SPWG 7) Work surface Height = 36" 8) Two front sliding doors as follows: a. Each opening shall be 24" W x 21" H, Minimum b. Each door is comprised of an overlapping triple panel arrangement on a single rail. Each panel shall be able to slide individually. c. Center panel with a viewing panel containing 10" W x 12" H x 5" Thick lead glass of 5.2 g/cm3 density. 9) Two rear sliding doors. Each opening to be 18"x18" Minimum 10) Penetrations for (2) Dose Calibrators 11) Eight gas utility connections inside chamber, mounted on rear wall 12) Four quad outlet boxes (16 total receptacles) inside chamber, mounted on rear wall 13) Two x 200W incandescent light fixtures inside chamber 14) Externally mounted membrane switch panels for lights, outlets, and utilities 15) Two work surface floor penetrations inside chamber (w/ drip edge), for ion chamber (ion chamber not in contract) 16) Two Roxtec CF16A151 (or equal) chord grips 17) Four round chord grips in roof of chamber 18) Two rectangular chord grips in work surface floor of chamber 19) Cosmetic filler panels on front, sides, and back 20) External dual hot cell finish = painted white 21) Provide (2) Dose Calibrators 22) Provide (2) Positron Chamber Shields Dual Hot Cell #2 1) Provide two separated internal chambers for dual hot cell #2 - Internal Dimensions of each chamber (excluding any internally attached hardware and utilities): 47" Wide x 34" Deep x 44" High, Minimum. 2) External Dimension of dual hot cell (including all externally attached hardware and utilities): 135" Wide x 52" Deep x 86" High, Maximum 3) Total weight = 28,200 lbs, Maximum. Average floor bearing pressure = 55 PSI Maximum 4) 2" Thick lead on all sides, top, & bottom. 2" Thick lead wall dividing the two internal cells - dividing wall to have shielded manual sliding door with 12" Wide x 12" High opening. 5) Common continuously welded stainless steel liners 6) Dual exhaust locations on top of hot cell (not baffled);one at each chamber, each 10" diameter, 300 CFM @ 1" SPWG 7) Work surface Height = 36" 8) Two front sliding doors, one at each chamber, as follows: a. Each opening shall be 24" W x 21" H, Minimum b. Each door is comprised of an overlapping triple panel arrangement on a single rail. Each panel shall be able to slide individually. c. Center panel with a viewing panel containing 10" W x 12" H x 5" Thick lead glass of 5.2 g/cm3 density. 9) Two rear sliding doors; one at each chamber. Each opening to be 18"x18" Minimum 10) Penetrations for (2) Dose Calibrators; one at each chamber. 11) Eight gas utility connections; four at each chamber, mounted on shared dividing wall 12) Four quad outlet boxes(16 total receptacles); two quad outlet boxes (8 receptacles) at each chamber, mounted on rear wall 13) Two x 200W incandescent light fixtures; one inside each chamber 14) Externally mounted membrane switch panels for lights, outlets, and utilities 15) Two work surface floor penetrations; one inside each chamber (w/ drip edge), for ion chamber (ion chamber not in contract) 16) Two Roxtec CF16A151 (or equal) chord grips; one at each chamber 17) Four round chord grips in roof; two at each chamber 18) Two rectangular chord grips in work surface floor; one at each chamber 19) Cosmetic filler panels on front, sides, and back 20) External dual hot cell finish = painted white 21) Provide (2) Dose Calibrators 22) Provide (2) Positron Chamber Shields Delivery will be made as follows: National Institutes of Health, National Heart, Lung, and Blood Institute, 10CRC, room B2P034. Bethesda, MD 20892. (vii) The FAR Provision 52.212-1, Instructions to Offerors - Commercial Item applies to this acquisition and is hereby incorporated by reference. All Federal Acquisition Regulation (FAR) clauses may be viewed at http://acquisition.gov/comp/far/index.html (viii) EVALUATION OF QUOTES The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government.. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. A) TECHNICAL CAPABILITY: Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications. B) PRICE: Price shall be evaluated for reasonableness. C) PAST PERFORMANCE: The offeror's past performance information will be evaluated subsequent to the technical evaluation. However, this evaluation will not be conducted on any offeror whose quote is determined to be technically unacceptable. (ix) In accordance with FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required. (x) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition: (xi) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, including the following subparagraphs, apply to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1, Buy American Act - Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; (xii) 52.217-9C04 Option to Increase Quantities - Separately Prices Line Items (Jun 1989) DSCC (xiii) The following FAR provision and clauses apply to this acquisition: 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating does not apply to this acquisition. (xv) All offerors shall submit the following electronically: 1) Offerors must complete annual representations and certifications on-line at: www.sam.gov. If paragraph (j) of the provision applies, a written submission is required (refer to item (x) above). 2) TECHNICAL CAPABILITY: Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications. 3) PRICE: Provide a firm-fixed price for line item 0001 through line item 0002. Offerors shall submit their quotes no later than 9:00 A.M. Eastern Standard Time (EST) on June 17, 2013. The quote must reference the RFQ No. NHLBI-CSB-(HL)-2013-174-RSF. All responsible offerors may submit a quote, which if timely received, shall be considered by the agency. Quotes can be emailed to the Contracting Officer, Rashida S. Ferebee at ferebeers@nhlbi.nih.gov; Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Faxed quotes will NOT be accepted. (xvi) For information concerning this solicitation, please contact Rashida Ferebee at (301) 435-2605 or email: ferebeers@nhlbi.nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(HL)-2013-174-RSF /listing.html)
 
Place of Performance
Address: National Institutes of Health, National Heart, Lung, and Blood Institute, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03082766-W 20130608/130607001404-2611efdfedfad5d27793fa65f14dc5af (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.