Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
SOLICITATION NOTICE

66 -- Haskris Model OPC 10 or equivalent Chiller

Notice Date
9/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-(SSSA)-15-887
 
Archive Date
10/8/2015
 
Point of Contact
Andriani Buck, Phone: 3014021677
 
E-Mail Address
andriani.buck@nih.gov
(andriani.buck@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS / SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA-(SSSA)-15-887 and the solicitation is issued as a request for quote (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-84 effective September 3, 2015. This acquisition is unrestricted. The associated NAICS code 334516 and the small business size standard 500. STATEMENT OF OBJECTIVES The purpose of this requirement is acquisition of a Haskris Model OPC 10 or equivalent Chiller. Title: Haskris Model OPC 10 or equivalent Chiller The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The NIH Mouse Imaging Facility (MIF) is dedicated to providing state-of-the-art anatomical, functional and molecular medical imaging capabilities for animal models of human disease. Scope of Work The Contractor shall provide a Haskris Model OPC 10 or equivalent Chiller meeting the following requirements: 1.Due to space concerns the chiller dimensions must be no larger than 49x36x76 inches to allow the chiller to be situation on a concrete area that is 5.6 feet and still allow the necessary clearance for service to occur. 2.Weather resistant architecture tested for specification before delivery. a.The chiller should be individually rain tested in down pour conditions for a minimum of three hours with no negative effects. b.The chiller should be tested under a full load for a minimum in high ambient temperatures ranging from 100-120 degrees for a minimum of 24 hours. 3.Heat load to handle at least 25 kilo Watts. 4.Pump capacity of at least 16 Gallons per minute with a remote control panel designed to interlock with the chiller. The remote control to set and operate temperature and display fault status. 5.Chiller must display Process temperatures and fault status to be displayed. 6.Maintain a stock of replacement parts for next day shipment. 7.Customer tech support is free of charge. 8.Must be compatible with a Bruker cryo coil. Contract Type: A firm fixed price purchase order is anticipated. Period of Performance/Delivery Requirements: Delivery date must be flexible due to site renovations. Eight (8) weeks notice will be given before the necessary delivery date. Place of Performance: The required equipment shall be delivered and installed at the NIH Main Campus, Building 10, 9000 Rockville Pike, Building 10, Room B1D69, Bethesda, MD 20892, Bethesda, MD 20892 for delivery and set-up. FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. FAR clause 52.212.-2, Evaluation - Commercial Items, is applicable to this requirement. (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: The Government will award a delivery order resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows, in order of importance: 1.Factor 1: Technical Approach The Offeror shall detail in its technical proposal how it shall meet each of the project requirements. This shall include the specifications of the offered equipment, specifically if and how it is an equal-to-brand-name quotation. 2. Factor 2: Delivery The Offer shall detail in its technical proposal how it shall meet the delivery requirements. The Government shall particularly evaluate ability to meet delivery and installation schedule requirements. Quotations must include a delivery lead time. Technical evaluation factors and past performance, when combined, are significantly more important, when compared to price. (c) 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. (End of Provision) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All responses must be received by September 23, 2015, 8:00 am EST and must reference number HHS-NIH-NIDA-(SSSA)-15-887. Responses may be submitted electronically to andriani.buck@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Andriani Buck. Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-(SSSA)-15-887/listing.html)
 
Place of Performance
Address: NIH Main Campus, 9000 Rockville Pike, Building 10, Room B1D69, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03892219-W 20150919/150918000708-1ed2def3a7866818bb0038437e1dbba5 (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.