Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
SOLICITATION NOTICE

36 -- LIQUID NITROGEN TANKS + RACKS

Notice Date
8/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
14-015926
 
Archive Date
9/26/2014
 
Point of Contact
MILTON DARTOOZOS, Phone: 3015945919
 
E-Mail Address
MILTON.DARTOOZOS@NIH.GOV
(MILTON.DARTOOZOS@NIH.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and Solicitation for Commercial Items", as supplemented with additional information included on this notice. This announcement constitutes the only solicitation; offers are being requested, and a written solicitation document will not be issued. The Government intends to issue a purchase order in accordance with FAR Part 13 for using Simplified Acquisition Procedures. The solicitation number is 14-015926. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular FAC 2005-70 effective September 30, 2013. The associated North American Industrial Classification System (NAICS) code for this procurement is 332420 and the Small Business Size standard is 500 employees. This combined/synopsis solicitation is a set aside for small business. The acquisition will be made pursuant to the authority in FAR 13 to use simplified procedures for commercial items. DESCRIPTION OF REQUIREMENT: The Department of Laboratory Medicine provides state-of-the-art laboratory testing in support of Clinical Center patient care and will serve as a center of excellence in research and training in laboratory medicine. Cell processing procedures are tailored to each of the 30 or more different patient-care clinical research protocols supported. Similarly, the Cell Processing Section of NIH provides cellular products to the patients and services to intramural clinicians and researchers. Per (AABB) regulatory purposes, patient related products have to be stored for at least 10 years for possible further testing. Liquid nitrogen tanks, to date, are the worldwide method used for long term storage (freezing) of for clinical applications. The liquid nitrogen must be contained in specific tanks, organized with frames to contain products properly packaged and individually separated from one another. The Department is in need of two (2) Liquid Nitrogen tanks plus racks with the following specifications to meet the government's requirement. REQUIREMENT 1. Cell samples and products must be stored in the vapor phase of liquid nitrogen to prevent cross-contamination and the minimum temperature requirement for our products must be -150oC or better throughout the tank to ensure maximum sample stability during storage. 2. Dimensions of the tank shall be 42W×42L or smaller that will be able to fit our available space. 3. Tank must be a LN tank with big storage capacity which holds 24 racks, store 36400 vials of samples or better. 4. The tank must have a backup/emergency holding time of 7 days or more (vapor time) which is critical should this tank malfunction as they run 7 days week/24 hours day. Such a malfunction in the tank or monitoring system could result in lost precious samples from CPS. 5. The tank must be efficient and have a reduction in LN usage 6. The tank also needs to have a transfer hose that is isolated with a vacuum jacket with will further prevent loss of liquid nitrogen when filling which also helps the CC Department of Transfusion Medicine to continue to function with the existing external liquid nitrogen storage tank. 7. The tank need to operates in conjunction with our Rees Scientific Enterprise 3.0 Presidio monitoring system which monitors critical parameters such as temperature, humidity, differential pressure, lighting control, carbon dioxide, oxygen, light and air changes of our (clinical) freezers, refrigerators. 8. The company should be convenient local and available 24/7 in the case of critical need of technical support. 9. Life expectancy of the tanks shall be at least 10 years DELIVERY ADDRESS: The National Institutes of Health, Building 10, 9000 Rockville Pike, Bethesda, MD 20892. AWARD: Offeror must submit a brochure or detailed specifications that provide sufficient information to evaluate their proposal. Award will be made to the offeror who technically meets or exceeds the full requirement of the solicitation with the lowest cost technically acceptable as the best value to the government. PROVISIONS/CLAUSES: The following Federal Acquisition Regulations (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions/clauses may be obtained via www.arnet.gov). CLAUSES: FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sept 2013) The following FAR 52.212-4 addenda apply: FAR 52.204-7, System for Award Management (Jul 2013) FAR 52.217-6, Option for Increased Quantity (Mar 1989) 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Sept 2013) The following FAR 52.212-5(b) clauses apply: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-3 Convict Labor; 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; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases. PROVISIONS The following solicitation provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items (Jul 2013) OFFER PREPARATION INSTRUCTIONS: ADDENDUM 1).The offeror shall submit a quote on letterhead stationary providing the following: i. Line Item Number ii. Product Code/Description iii. Price per Item iv. Discount Per Item v. Total Price with Assigned Quantity, Addendum Paragraph (K) System for Award Management: In accordance with the Debt Collection Improvement Act of 1996, in order to be considered for an award of a Federal contract, the contractor must be registered in the System for Award Management (SAM), a free web site that encompasses the capabilities of the - Central Contractor Registry (CCR); Federal Agency Registration (Fedreg); Online Representations and Certifications Application (ORCA); Excluded Parties List System (EPLS); and the Catalog of Federal Domestic Assistance. The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. To access the SAM website to: https://www.sam.gov/portal/public/SAM. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2013) - with Addenda: Representation by Corporations Regarding an Unpaid Delinquent tax Liability or a Felony Conviction Under Any Federal Law and FAR 52.204-6, Data Universal Numbering System (DUNS) Number (July 2013). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of these provisions. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. All quotations shall be received no later than 12:00pm, Eastern on September 11th, 2014. Email submissions of quotations shall be submitted to milton.dartoozos@nih.gov, contract specialist. Please submit all questions by September 4th, 2014 3:00pm eastern.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/14-015926/listing.html)
 
Place of Performance
Address: 10 CENTER DRIVE, ROOM 1C711, BETHESDA, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03488689-W 20140830/140829023726-17599ce8fb2e1e3cce073318fc409947 (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.