SOLICITATION NOTICE
66 -- Portable V-Shell Blender
- Notice Date
- 8/21/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument 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
- 14-223-SOL-00137
- Archive Date
- 9/17/2014
- Point of Contact
- Janice Heard, Phone: 215-717-3093
- E-Mail Address
-
janice.heard@fda.hhs.gov
(janice.heard@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- 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; proposals/bids are being requested and a written solicitation will not be issued. The solicitation number is 14-223-SOL-00137. This solicitation is issued as a Request for Quotation (RFQ). This is a firm fixed price requirement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-75, June 24, 2014. This requirement is being solicited under full and open competition using Simplified Acquisition Procedures per FAR Subpart 13.5. The associated North American Industry Classification System (NAICS) Code is 334516 - Analytical Laboratory Instrument Manufacturing. The Food and Drug Administration is soliciting for a portable V-shell blender and V-shell vessels. Requirements: • The portable laboratory V-shell blender must have a fully enclosed drive station. - The station must have a cabinet that houses blender shell drive and controls and it must be constructed using type 304 stainless steel. - All visible welds should be continuous and exterior surface of the station cabinet should have a glass bead blasted finish. - The station must equip a gear motor with timing belt drive and flanged bearings that support blender drive shaft. The vessel drive must be accessible for maintenance. - The station must incorporate an integral product container shelf and the structure should be supported by pipe legs equipped with 3-½" diameter casters (two swivel with brakes, two rigid). - The V-shell vessel must be rotated by a 1/2 HP, 1750 RPM motor direct-coupled to a foot-mounted helical/worm gear reducer through a timing belt drive to provide a blender shell speed of ~25 RPM @60 Hz motor speed. - The station must have a fused NEMA 1 AC frequency inverter (110 volt single phase input, 230 volt 3 phase output), an E-stop pushbutton wired through the safety relay, a JOG pushbutton, and a retentive digital timers for mix cycle control must be mounted on the front face of the station cabinet. - A digital keypad to provide start/stop functions, to display scaled blender speed in RPM, and to enable parameter adjustments must also be mounted on the front face of the station cabinet. - A 6 foot power cord and rounded plug for 110 volt, 1 phase, 60 Hz power supply must be pre-wired to cabinet via strain relief connector. - The station must have hinged, clear polycarbonate safety shield surrounding blender shell on three sides. Two sides of safety shield should be hinged for access to blender shell for removal and interchanging shell modules. Hinged access door must be equipped with a magnetic safety sensor to disconnect power supply when door is opened. • The portable laboratory V-shell blender must be equipped with 4 different sizes of modular V-shell vessels: - One 4 quart V-shell vessel with 1/8 ft3 batch size, 316L stainless steel construction, cantilevered design, smooth interior surfaces polished to a No. 4 (150 - 180 grit) finish, and exterior surfaces polished to a buff (120 grit) finish. The shell must be attached to drive shaft via pinned hub and sanitary ferrule with Tri-Clamp for ease of disassembly without tools. The shell must have two charge ports with removable covers are secured by lock bar and hand knob/screw mechanism with white FDA approved silicone channel gasket. The shell must have a discharge port supplied with a manual stainless steel butterfly valve and outlet of the valve must have stainless steel connection to accept typical HDPE sample bottles. - One 8 quart V-shell vessel with 1/4 ft3 batch size, 316L stainless steel construction, cantilevered design, smooth interior surfaces polished to a No. 4 (150 - 180 grit) finish, and exterior surfaces polished to a buff (120 grit) finish. The shell must be attached to drive shaft via pinned hub and sanitary ferrule with Tri-Clamp for ease of disassembly without tools. The shell must have two charge ports with removable covers are secured by lock bar and hand knob/screw mechanism with white FDA approved silicone channel gasket. The shell must have a discharge port supplied with a manual stainless steel butterfly valve and outlet of the valve must have stainless steel connection to accept typical HDPE sample bottles. - One 16 quart V-shell vessel with 1/2 ft3 batch size, 316L stainless steel construction, cantilevered design, smooth interior surfaces polished to a No. 4 (150 - 180 grit) finish, and exterior surfaces polished to a buff (120 grit) finish. The shell must be attached to drive shaft via pinned hub and sanitary ferrule with Tri-Clamp for ease of disassembly without tools. The shell must have two charge ports with removable covers are secured by lock bar and hand knob/screw mechanism with white FDA approved silicone channel gasket. The shell must have a discharge port supplied with a manual stainless steel butterfly valve and outlet of the valve must have stainless steel connection to accept typical HDPE sample bottles. - One 32 quart V-shell vessel with 1 ft3 batch size, 316L stainless steel construction, cantilevered design, smooth interior surfaces polished to a No. 4 (150 - 180 grit) finish, and exterior surfaces polished to a buff (120 grit) finish. The shell must be attached to drive shaft via pinned hub and sanitary ferrule with Tri-Clamp for ease of disassembly without tools. The shell must have two charge ports with removable covers are secured by lock bar and hand knob/screw mechanism with white FDA approved silicone channel gasket. The shell must have a discharge port supplied with a manual stainless steel butterfly valve and outlet of the valve must have stainless steel connection to accept typical HDPE sample bottles. • The portable laboratory V-shell blender must be equipped with a intensifier drive: - The drive must consist of a 1 HP/3450 PRM motor driven through a polychain V-belt to provide ~3000 fpm intensifier bar tip speed and the needed electrical controls including start/stop pushbuttons and a digital timer. • The portable laboratory V-shell blender must be equipped with 4 different sizes of intensifier bars: - One 4 quart intensifier bar with 316L stainless steel removable cantilevered liquid/solids intensifier bar assembly, two (2) agitator discs with 0.010" shim spacers installed, and a stainless steel rotary union for feeding liquid through the shaft. - One 8 quart intensifier bar with 316L stainless steel removable cantilevered liquid/solids intensifier bar assembly, two (2) agitator discs with 0.010" shim spacers installed, and a stainless steel rotary union for feeding liquid through the shaft. - One 16 quart intensifier bar with 316L stainless steel removable cantilevered liquid/solids intensifier bar assembly, two (2) agitator discs with 0.010" shim spacers installed, and a stainless steel rotary union for feeding liquid through the shaft. - One 32 quart intensifier bar with 316L stainless steel removable cantilevered liquid/solids intensifier bar assembly, two (2) agitator discs with 0.010" shim spacers installed, and a stainless steel rotary union for feeding liquid through the shaft. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to finish required representations, or reject the terms and conditions of the solicitation, may be excluded from consideration. The government is not responsible for locating or securing any information, which is not identified in the submission. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the government to determine whether the product meets their requirements. Contract type: Commercial Item-Firm Fixed Price. Simplified procurement procedures will be utilized. FOB Point Destination. FOB Point of Delivery for Service or Supplies: Food and Drug Administration: 109 Holton Street Winchester, MA 01890 The period of performance: Delivery is required 30 days after receipt of order The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None The provision at FAR 52.212-2 Evaluation - Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: (i)Technical capability of the item offered to meet the Government requirement (ii) price. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the product meets the technical requirements. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. The government reserves the right to make an award without discussions. The provision at FAR 52.212-3. Offeror Representations and Certifications - Commercial Items applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following agenda have been attached to the clause. None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-1.52.225-13, 52.232-33 and 52.232-34 Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. SAM Requirements - Company must be registered on System for Award Management (SAM) before an award could be made to them. If company is not registered in SAM, they may do so by going to CCR web site at http://www.sam.gov. The Defense Priorities and Allocations System and assigned rating are not applicable to this solicitation notice. Applicable Numbered Note(s) None. Offers are due in person, by mail, e-mail or fax on or before September 2, 2014 by 15:00 hours (Eastern Time), at Food and Drug Administration OC/OSS/OFFAS, Attn: Janice Heard, 200 Chestnut Street, Philadelphia, PA 19106. ph (215)717-3093, fax (215)597-4390, email: Janice.Heard@fda.hhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/14-223-SOL-00137/listing.html)
- Place of Performance
- Address: 109 Holton Street, Winchester, Maine, 01890, United States
- Zip Code: 01890
- Zip Code: 01890
- Record
- SN03475898-W 20140823/140822000736-702b18c45821f51775d1ce5ce7a2b018 (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 |