Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2016 FBO #5388
SOLICITATION NOTICE

66 -- High-Pressure, Membrane-Based Nitrogen Generation System - Brand Name or Equal Peak Scientific Infinity 5060

Notice Date
8/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02CO62671-8
 
Archive Date
9/13/2016
 
Point of Contact
Megan N. Kisamore, Phone: 2402765261
 
E-Mail Address
megan.kisamore@nih.gov
(megan.kisamore@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This request is for a High-Pressure, Membrane-Based Nitrogen Generation System. This request includes brand name or equal Peak Scientific Infinity 5060. The Federal Acquisition Regulation (FAR) provision FAR 52.211-6, Brand Name or Equal (AUG 1999) is applicable to this requirement. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation, # N02CO62671-8, is issued as a request for proposal (RFP), and includes all applicable provisions and clauses in effect through FAR Federal Acquisition Circular FAC 2005-89-1 / 08-15-2016, simplified procedures for commercial items. The North American Industry Classification System code is 334516 and the business size standard is 500 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type purchase order. BACKGROUND OF REQUIREMENT The U.S. Department of Health and Human Services, National Institutes of Health, National Cancer Institute (NCI), Center for Cancer Research (CCR), Office of the Clinical Director (OCD), Clinical Pharmacology Program (CPP) requires a high-pressure, membrane-based nitrogen generation system. This request includes brand name or equal Peake Scientific Infinity 5060. The background of this project as a whole pertains to the services the CPP provides to the NCI/CCR, including pharmacokinetics, drug metabolism, metabolite identification, drug-protein binding, in vitro drug-drug interaction assessment, and drug stability in a variety of scenarios (freeze/thaw, blood stability, etc). Each of these services, per drug, requires the selective, sensitive, reproducible, and quantifiable measurement of small molecule (<2000 Da) anti-cancer therapies. In order to maintain a state-of-the-art facility, the NCI/CCR/CPP requires analytical instrumentation which provides sufficient sensitivity and workflow efficiency, while providing a small enough footprint to include within the same room dimensions as four existing systems. The following product features/salient characteristics are required for this request: GENERAL REQUIREMENTS High-pressure external air compressor The CCR/NCI lab does not have a source of "house-supplied" high-pressure (>100 psi) compressed air. An external high-pressure external air compressor is required because the membrane-based nitrogen generator system requires an external source of high-pressure compressed air in order to use the membranes to filter out the nitrogen gas. The high-pressure external air compressor shall: • Utilize a scroll (oil-free) compressor. 120-gallon vertical receiving tank The membrane-based nitrogen generator system shall be used to feed five mass spectrometers with a constant (24/7) supply of pure (>99.0%) nitrogen gas. Because the nitrogen generator requires a constant supply of high-pressure air, the high-pressure external air compressor will need to run constantly. This would allow the external compressor to have rest periods, only to kick back on when the 120-gallon receiving tank fell to a pre-specified threshold in order to refill the tank. The 120-gallon size tank is based on the capacity of nitrogen gas required by the daily operations of the current mass spectrometers within the CPP. The 120-gallon vertical receiving tank shall contain: • A safety valve • A pressure gauge • An epoxy lining • An auto-electronic drain. Membrane-based nitrogen generator Once the high-pressure external air compressor generates enough high-pressure compressed air to fill the 120-gallon vertical receiving tank, the high-pressure compressed air will need to enter a membrane-based nitrogen gas (N2) generator that utilizes nitrogen-specific membranes to filter out all gases except N2 at a purity of at least 99.0%. Specifically, the membrane-based nitrogen generator shall meet the following criteria: • A nitrogen gas (N2) purity out of at least 99.0% • An air inlet requirement of 1080 L/min • A nitrogen output requirement of 360 L/min • A minimum/maximum air inlet pressure 125-145 psi • Electrical requirements 110-230V (50/60Hz) • A footprint of less than 4.5 sqft (roughly 650 in2) • Contain no phthalates • Required: no suspended liquids • Contains particles less than 0.01 microns (m) DELIVERY / INSTALLATION Equipment shall be delivered within 60 business days of purchase order award. All shipping/handling/delivery, installation, start-up and plumbing charges shall be included in the quote. The Contractor shall deliver and install the equipment at the following address: NIH/NCI 9000 Rockville Pike Bldg 10, Room 5A01 Bethesda, MD 20892 The Contractor shall arrange the installation date and time with the NCI Technical Point of Contact (POC). WARRANTY A minimum of twelve (12) months of warranty shall be included in the quote, which covers the cost of repair and/or replacement, including labor or any defect in workmanship or parts. PAYMENT Payment shall be made after delivery, installation and successful operation of equipment. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. CLAUSES AND PROVISIONS The following FAR provisions and clauses apply to this acquisition: FAR 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):http://www.acquisition.gov/far/ and/or http://www.hhs.gov/policies/hhsar/. Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/reference.jsp or from Megan Kisamore, Contract Specialist at megan.kisamore@nih.gov. Clause No. Title FAR 52.212-1 INSTRUCTION TO OFFERORS COMMERCIAL ITEMS (OCT 2015) FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) FAR 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS -COMMERCIAL ITEMS (JUL 2016) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAY 2015) HHSAR 352.222-70 CONTRACTOR COOPERATION IN EQUAL EMPLOYMENT OPPORTUNITY INVESTIGATIONS (DEC 2015) HHSAR 352.224-71 CONFIDENTIAL INFORMATION (DEC 2015) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS---COMMERCIAL ITEMS (MAR 2016). The following additional far clauses cited in this clause are applicable: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402) 52.203-13 Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (OCT 2015) (Pub.L. 109-282) (31 U.S.C. 6101 note). 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note). 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 52.219-28 Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a) (2)). 52.222-3 Convict Labor (JUN 2003) (E.O. 11755). 52.222-19 Child Labor Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) (E.O. 11246). 52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-37 Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011)(E.O. 13513). 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act. (MAY 2014) 52.225-5 Trade Agreements (FEB 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13 Restrictions on Certain Foreign Purchase (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013) (31 U.S.C. 3332). SUBMISSION INFORMATION Proposals must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of valid certification in the System for Award Management (SAM) at www.sam.gov. Questions must be submitted electronically (via email) to Contracting Officer, Megan Kisamore, at megan.kisamore@nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than 11:00 AM EST on Wednesday, August 24, 2016. Proposals must be submitted electronically (via email) to Contracting Officer, Megan Kisamore, at megan.kisamore@nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than 11:00 AM EST, on Monday, August 29, 2016. All responses must be received by the specified due date and time in order to be considered. PROPOSALS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. No collect calls will be accepted. Please refer to solicitation no: N02CO62671-8 on all correspondence. EVALUATION Award will be made to the responsible firm submitting the lowest priced technically acceptable (LPTA) offer; and meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. Award will be made on all or none basis. A technically acceptable offer is one in which the Offeror complies with the requirements/technical specifications stated above, and does not take exception, nor object to any of the terms contained in this request. Offers that are not technically acceptable will not be considered further. The technical evaluation will be a determination based on information furnished by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. If you are providing an "equal" product, you must submit additional documentation that highlights and describes how your offering is equal in accordance with FAR 52.211-6. PRICE PROPOSAL The Offeror shall prepare a price proposal that contains all information necessary to allow for a comprehensive evaluation of the prices quoted. Specifically, your proposal must include the following: - Federal Tax Identification Number (TIN); - Data Universal Numbering System (DUNS) Number; - Business Size (e.g., small or large)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CO62671-8/listing.html)
 
Record
SN04235127-W 20160824/160822235533-3fd00a3478d2928b70a6c0b5eb55a46b (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.