Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2014 FBO #4624
SOURCES SOUGHT

66 -- Isolation Rooms

Notice Date
7/21/2014
 
Notice Type
Sources Sought
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
FDA1135349
 
Archive Date
8/13/2014
 
Point of Contact
Nicholas E Sartain, Phone: 870-543-7370
 
E-Mail Address
nick.sartain@fda.hhs.gov
(nick.sartain@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 Center for Biological Evaluation and Research (CBER) requirement for Isolation Rooms. The FDA is seeking small business sources to determine the availability and capability of small business manufacturers or small businesses capable of supplying, and subsequently maintaining, a U.S. made product of a small business manufacturer or producer for a stainless steel exposure module described herein. Other than small business concerns are also encouraged to submit capability statements. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort: The associated North American Industry Classification System (NAICS) Code is-339999- All Other Miscellaneous Manufacturing; Small Business Size Standard is 500 employees. The Food and Drug Administration (FDA), Center for Biological Evaluation and Research (CBER) requires three (3) isolation rooms. The isolation enclosures will be located in the White Oak Animal Vivarium that provides an isolated environment for maintaining lab animals that are infected with human pathogens. Background FDACBER and CDER routinely work with human biological hazardous agents in laboratory animals and the recommended containment method is to maintain these infectious animals within an animal room that has an attached anteroom that is positioned between the animal holding room and the facility corridor. The White Oak animal vivarium has limited number of anterooms and a large program and population of biohazard animals. It is required and best practice to maintain these infectious animals in an isolation biocontainment room. These isolation rooms will reduce the risk of exposure and cross contamination of pathogens. Performance Requirements for Isolation Rooms: - provide positive pressure - Provide floor to ceiling room barrier, for a room that is 13'Wx28'Dx9'H - Provide Class 100 air in (positive pressure)/exhaust (negative) on 0.3 micron - HEPA filters providing 80-100 air changes per hour - Noise level from power units of 70 dB or less - Custom isolation and clean rooms with adjustable depth shall include: aluminum frame-floor to ceiling, vinyl skin, strip door and ducts with HEPA filtered blowers. - Portable floor mounted power unit design which can easily rotate between uses as a freestanding unit, to a unit connected to an airlock, air shower, clean room or containment enclosure. - The clean/isolation rooms shall deliver 80-100 HEPA filtered air changes per hour and can easily be converted between positive and negative pressures. - The enclosures can easily be disassembled, stored, and re¬assembled by the end user for cleaning. - The soft wall skin is constructed of 16 mil, hospital grade clear vinyl. Vinyl is fire rated. Important Note: CBER currently has 3 isolation rooms in the NIH animal facility, CBER encourages Contractors to utilize the existing blowers (BioBubble Freestanding HEPA filtered power units on casters Product Code #PU-1617) for the new WO vivarium for potential cost savings. General specifications: The components and/or equipment shall be newly manufactured, not used, refurbished, or previously used for demonstration. Installation and Additional System Requirements. The contractor shall provide in-side delivery and installation of the isolation rooms. Offered systems shall be a turn-key solution i.e. the contractor shall be responsible for providing all hardware, components, instruments, computers, software, and that otherwise required to meet these specifications and the FDA's stated need. The systems shall be delivered (in-side delivery) with all necessary supplies and accessories required for installation and start-up. Systems shall be warranted for not less than one (1) year from FDA acceptance of the system(s). Warranty service shall include trouble-shooting capabilities based on complete knowledge of the entire system, immediate access to replacement parts, and immediate access to system improvements and updates. Delivery/installation date is within 120 calendar days after receipt of order. FOB Point of Delivery for Services and Supplies will be the Food & Drug Administration, White Oak Vivarium, 10903 New Hampshire Ave. Building 10, Room 112, Silver Spring, MD, 20993. The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered products/services and components meet the technical requirements identified above. Though the target audience is small business manufacturers or small businesses capable of supplying a U.S. made product of a small business manufacturer or producer all interested parties may respond. At a minimum, responses shall include the following: • Business name, 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 if responding to provide a product manufactured by another firm); • Sufficient descriptive literature that unequivocally demonstrates that offered products and services can meet the above requirements. All descriptive material necessary for the government to determine whether the service/product offered meets the technical requirements including: technical specifications, descriptive material, literature, brochures and other information, which demonstrates the capabilities of the contractor to meet the requirement. • Information on available service/maintenance plans. • Three (3) years of past performance information for the manufacture and/or sale and maintenance support in which the offeror has provided same or substantially similar system solutions and used for same or near-same applications as set forth herein. For each past performance reference include the date of sale, description, dollar value, client name, client address, client point of 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. • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement. • Provide information if any of these specifications are too restrictive. No response will be considered that the listed specifications are adequate in a competitive environment. • If a large business, identify the subcontracting opportunities that would exist for small business concerns; • Standard commercial warranty and payment terms; and • Though this is not a request for quote, informational pricing is encouraged. The government is not responsible for locating or securing any information, not identified in the response. The Government encourages any comments and/or suggestions from any interested party, regarding the specifications. While the Government will not respond directly to your comments and/or suggestions; we will consider them as we finalize the specifications in preparation for the forthcoming solicitation. Interested Parties 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 July 29, 2014 by 13:00 hours (Central Time in Jefferson, Arkansas) to nick.sartain@fda.hhs.gov, or mail to the Food and Drug Administration, OO/OFBA/OAGS/DAP, Attn: Nick Sartain, 3900 NCTR Road, Building 50, Room 422, Jefferson, AR 72079-9502. Reference FDA1135349. 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).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA1135349/listing.html)
 
Place of Performance
Address: 10903 New Hampshire Ave, Silver Spring, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN03432210-W 20140723/140721235146-37ca44b371802065100d22aab48786f7 (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.