Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 14, 2021 SAM #7165
SOURCES SOUGHT

66 -- Incubators

Notice Date
7/12/2021 6:33:03 AM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24421Q0958
 
Response Due
7/19/2021 6:00:00 AM
 
Archive Date
08/18/2021
 
Point of Contact
Ed Ferkel, Contract Specialist
 
E-Mail Address
edward.ferkel@va.gov
(edward.ferkel@va.gov)
 
Awardee
null
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Veterans Affairs Pittsburgh Medical Center Research Department needs additional CO2 Incubators to support the additional Investigators moving into the facility and the growing activities in the Research Office Building. Research intends to purchase six (6) 184L incubators along with three (3) matching Mobile Stand Roller Bases. Research plans to stack the incubators in pairs. Three (3) compatible CO2 gas regulators are also required. Installation shall be included. This is a Brand Name or Equal requirement. This equipment shall be provided and installed at the Pittsburgh VA Medical Center, located in Pittsburgh, PA. Description of work: Vendor shall provide the following: INCUBATORS The six (6) Incubators shall be a Therma Scientific Forma Steri-Cycle TC Incubator Model 370 or equivalent. Incubator Performance Approximate Cycle Length: 14 hours In-chamber HEPA air filtration. On-demand 140 degree C sterilization cycle Audible alarm for open door or temperature limits. IR Sensor Stackable as paired incubators. Microprocessor Control Displays temperature, CO2 and (optional) Relative Humidity Audio and Visual alarms Setpoints for temperature, over-temperature, and CO2 Configurable audible on/off, access code, HEPA filter change reminder, remote alarm contacts, tracking Low temp and high and low CO2 alarms. Incubators Specifications Description Single 184 Liter Incubator Capacity (US) 6.5 cu. Ft. Construction Polished Stainless Steel Ext Dims (LxWxH) 25 in x 26.3 in x 39.5 in Int Dims (LxWxH) 20 in x 21.3 in x 26.8 in Temp Range Ambient 5 deg C to 50 deg C Relative Humidity 90% at 37 deg C Lighting LED Certifications UL, cUL, CE ROLLER BASE The three (3) roller bases shall be a Therma Scientific Model 1900063 or equivalent. Description The roller bases shall match and be sold by the manufacturer as an accessory to the incubators. Roller base for DH models: with 2 locking casters, 2 leveling feet; 2 3/4 in. H. REGULATORS The three (3) regulator shall be a NAPCO CO2 Regulator or equivalent. Regulators shall be compatible with the incubators. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339113 (size standard of 750 employees). Please answer the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Is the product you are providing information about manufactured in the United States? If not, please provide the country where the unit is manufactured. If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). If you re a small business and you are an authorized distributor/reseller for the items identified above do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Please submit your capabilities regarding the salient characteristics detailed above to establish capabilities for planning purposes. Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your DUNS number. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to edward.ferkel@va.gov no later than, 9:00 AM Eastern Standard Time (EST) on July 19, 2021. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist, Edward Ferkel. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Contract Opportunities website for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Specialist, Edward Ferkel at Edward.ferkel@va.gov DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/334fc6c59f624ee7af29b4ec44c5a43b/view)
 
Place of Performance
Address: Pittsburgh VA Medical Center University Drive C, BLD 1, Pittsburgh 15240, USA
Zip Code: 15240
Country: USA
 
Record
SN06058617-F 20210714/210712230122 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.