Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
SOURCES SOUGHT

66 -- Bulk Autoclave - Sources Sought

Notice Date
5/7/2015
 
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
FDA1146428
 
Point of Contact
Telisha Wilson, Phone: 2404027572
 
E-Mail Address
telisha.wilson@fda.hhs.gov
(telisha.wilson@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Bulk Autoclave TITLE: Sources Sought Notice FDA SS-1146428 This is a SOURCES SOUGHT NOTICE to determine the availability of potential small businesses (e.g., 8(a), service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, and women-owned small business) in accordance with FAR 7.104(d). The potential small business will need to demonstrate the capability to perform all facets of the work described below. The sole intent of this Sources Sought Notice is to obtain capabilities for set-aside and procurement planning purposes. The North American Industry Classification System (NAICS) code for the proposed acquisition is 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 500 employees. This is not an invitation for bid, request for proposal, or other solicitation, and in no way obligates the Food and Drug Administration (FDA) to award a contract. BACKGROUND: The Food and Drug Administration's Office of Acquisitions and Grants Services have a requirement to replace One Bulk Autoclave. The need to sterilize animal caging is increasing with the increased use of immuno-compromised animals, along with the best practice of autoclaving soiled ABSL-2 caging before processing. The WOAP autoclaves are at the end of their useful life, parts for repairs are becoming difficult to obtain. The lab system technical requirements: • Minimum Technical Requirements for the Autoclave: • Shall be able to run off of building steam with liquid and gravity cycles • Shall utilize existing building utilities (water, steam, electric, air and drain) • Shall produce a paper copy of each run, Built in alphanumeric printer will provide real-time cycle data including pressure, temperature, change of phase, alarms and cycle summary • Shall have two (2) doors for loading and unloading (double door, pass-thru) with operation controls on both sides, Auto-Locking with interlock • Shall have chamber dimensions at least: 26" wide x 60" high x 72" long or 36" wide x 48" high x 72" long (70 cu ft minimum) • Shall be able to accommodate and sterilize loads from 1 lb to 750 lbs per load of ABSL 1 or 2 waste, complete animal cages (feed, bedding, water) or water bottles (loads are run every day, 2 to 3 times per day) • Shall be able to maintain a set temperature of 180.0 - 270.0°F +/- 2°F • Shall have a Chamber that has tracks for a loading cart and transfer carriage (2 sets each provided, option for additional) • The Contractor shall test and provide operation training for the Autoclave • One (1) year of Preventative Maintenance to include two (2) PM visits with parts and labor • Incorporate a door gasket that can be easily replaced without tools or adhesives • utilize non-proprietary parts (valves specifically) available from local suppliers • The program parameters shall be password protected • Use Programmable Logic Controllers/Microprocessor a) Self-diagnostic system providing messages and alerts that are clearly displayed. b) Audible alerts are sounded with the messages. c) Control panel to be isolated with access door to protect from heat and moisture damage. • Pre-programmed common sterilizer cycles for animal facilities and for common tests, each tuned to best sterilize a specific type of load. Additionally, users may program custom cycles tailored to specific applications. Available cycles: Pre-Vac, Gravity, Liquids. Test Cycles: Vacuum leak test and Bowie-Dick test to verify integrity of chamber, piping and valves • Piping: All piping to be threaded stainless steel with integrated unions between components for ease of service • Components: Brass • Valves: preferred all valves to be air operated, not electro-magnetic • Chamber: Will be minimum 316L stainless steel • Jacket: Will be minimum 304L stainless steel fully jacketed • Fully insulated chamber: To be energy use efficient and prevent heat loss and thermal loading of the work area the jacket will have a minimum of 2" insulation which will be covered with stainless steel cladding to prevent damage/degradation of the insulation • All components are to be non-proprietary (controller may be exception) and readily available from the manufacturer or commonly available sources • Sterilizer will meet current Underwriters Laboratories (UL) code 61010 a) Includes flood alarm system and chamber load probe for liquid temperature monitoring • Pressure Vessel: ASME Approved • Personnel Safety features: a) Chamber flood alarm and cycle abort. b) Pressure relief valve to prevent exceeding pressure vessel rating. c) Seal pressure switch to prevent inadvertent cycle initiation if door is not sealed. d) Mechanical locking safety to prevent door opening when vessel is pressurized. • Water conserving, discharge water temperature control system to cool effluent to less than 140° F while reducing water consumption • Manufacturer should be registered with the FDA • Manufacturer should have 10 or more years' experience with multiple installations in lab animal facilities Service and Maintenance: • The contracted agency shall provide unlimited phone support for any and all equipment and software provided by the contracted agency for the autoclave for no less than a period of twelve (12) months after final acceptance of all equipment. • Warranty: One year parts and labor and 15 years on the pressure vessel Delivery Location: Food & Drug Administration, 10903 New Hampshire Avenue, Bldg 10, Room 1066, Silver Spring, MD 20993 Please provide the follow Business information: 1. DUNS Number 2. Company Name 3. Company Address. 4. Company Point of Contact, phone number and email address 5. Type of company under NAICS, as validated via the System for Award Management (SAM). Additional information on NAICS codes can be found at www.sba.gov. Any potential government contract must be registered on the SAM located at http://www.sam.gov/index.asp. 6. Corporate structure (corporation, LLC, sole proprietorship, partnership, limited liability partnership, professional corporation, etc.); 7. Current GSA Schedules appropriate to this Sources Sought 8. Current Government Wide Agency Contracts (GWACs) 9. Point of Contact, phone number and email address of individuals who can verify the demonstrated capabilities identified in the responses. Interested parties having the capabilities necessary to provide the stated requirements may submit capability statements via email or regular mail to the point of contact listed below. Responses must be received not later than 3:00 PM EST, May 18, 2015. Capability statements will not be returned and will not be accepted after the due date. Documentation should be emailed to: Telisha.Wilson@fda.hhs.gov with subject line titled "Sources Sought 1146428".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA1146428/listing.html)
 
Record
SN03723904-W 20150509/150507235223-214baa7f36860cd4e9876888b5c58a2d (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  © 1994-2020, Loren Data Corp.