SOLICITATION NOTICE
66 -- Multi-Stage Roots Vacuum Pumps
- Notice Date
- 8/19/2024 11:54:26 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- FDA OFFICE OF ACQ GRANT SVCS Beltsville MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- FDA-RFQ-24Q1277410
- Response Due
- 8/26/2024 9:00:00 AM
- Archive Date
- 09/10/2024
- Point of Contact
- Warren Jackson, Phone: 3018377147
- E-Mail Address
-
warren.jackson@fda.hhs.gov
(warren.jackson@fda.hhs.gov)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. � The solicitation number is FDA-RFQ-24Q1277410. This requirement is issued as Request for Quote (RFQ). The solicitation is issued as a Full and Open competition. � The solicitation documented and incorporated provisions and clauses in effect through the Federal Acquisition Circular (FAC) FAC-2024-05, Effective 05/22/2024. � The associated North American Industry Classification System (NAICS) Code is 339113 with a small business size standard of 800 employees. � The US Food & Drug Administration (FDA) intends to issue a Commercial Item Firm Fixed-Price purchase order that meets the requirements herein. � BACKGROUND The Forensic Chemistry Center (FCC) in the Office of Regulatory Affairs/Office of Regulatory Science/Office of Medical Products, Tobacco, and Specialty Labs (ORA/ORS/OMPTSLO) requires the purchase of two (2) oilless Roots Rough Pumps for two liquid chromatography mass spectrometry (LC-MS) systems which are used for non-targeted identification of small molecules, particularly approved drugs, designer drugs and toxins, in support of criminal and regulatory investigations involving foods, drugs, dietary supplements, and medical products. OBJECTIVE These two oilless Roots Rough Pumps will each replace two oil rough pumps which are currently leaking oil, making unexpected noises, and not maintaining pressure (vacuum) low enough.� In doing so, this will reduce the noise, heat, energy demand by half for each LC-MS system; thus, improving the safety of the laboratory environment.� Additionally, going oilless Roots Rough Pumps eliminates the biannual, at minimum, labor and oil waste which is currently required for two oil rough pumps for each system.� REQUIREMENTS The contractor shall provide the minimum requirements under this contract: Each pump shall be capable of > 66 m3/hr. pumping speed with the option to lower. Each pump shall have a > 5 yrs. before service/maintenance. Each pump shall be oilless. Each pump shall be < 57 db(A) for noise level. Each pump shall be 1-phase, 200 � 240 VAC, and 10A total (max). Each pump shall be power at atmosphere rated at ~1000W @ 60Hz. Each pump shall have a footprint of approximately 0.6m L x 0.3m H x 0.2m W. Each pump shall be rated for mass spectrometry work. Each pump shall be <44 kg. Each pump shall come with an 8�10-foot power cord, such as, cord 14AWG with IEC320-C14 to IEC320-C19. Trade and Service Specifications Each pump shall be a complete, newly manufactured unit, not used and refurbished or�� previously used for demonstration.� Routine customer service and technical support shall be available from the vendor during its lifecycle. A minimum of one-year warranty is required with the purchase and shall include at a minimum: coverage on all non-consumable items and parts supplied including each base pump. ???????INSPECTION/ACCEPTANCE CRITERIA Inspection and acceptance shall be in accordance with the base clause 52.212-4(a). Contracting officer�s representative (COR) is responsible for the inspection and acceptance of the deliverables for this requirement. CONTRACT TYPE This is firm fixed price. PERIOD OF PERFORMANCE �� ������������������������������������������������������������ The period of performance (POP) is 60 days from award. PLACE OF DELIVERY AND PERFORMANCE US Food & Drug Administration Forensic Chemistry Center� 6751 Steger Dr. Cincinnati, OH 45237 HOURS OF OPERATION Work/Deliveries shall typically be performed/delivered during normal business hours (typically between 8AM and 5PM Eastern) Mondays through Fridays.� FEDERAL HOLIDAYS The Government will not require support for the Federal Holidays listed below. Specific dates can be found on https://www.opm.gov/. New Year's Day Birthday of Martin Luther King, Jr. Washington�s Birthday Memorial Day Juneteenth National Independence Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day GOVERNMENT CLOSURES Government operating statuses for offices nationwide can be found on https://www.opm.gov/. Aside from Federal holidays, the contractor shall contact the COR or Contracting Officer to determine work status in the event of Government closures. If a contractor staff has been approved to work at an alternate work site, the Government anticipates that the contractor staff will continue to perform their tasks as assigned at the order level. In the event of inclement weather, contractor staff that work on-site at a Federal facility shall be responsible for checking the operating status. If the facility is closed and the contractor staff is telework ready, the contractor staff may be required to work at the direction of the COR or CO. DELIVERABLES AND DELIVERY SCHEDULE � Deliverable Quantity Delivery Date A90602983, nXR90i Multi-Stage Roots Vacuum Pump NLT 60 days after award All shipments shall be made F.O.B. Destination. GOVERNMENT POINTS OF CONTACT � Contract Specialist Warren Jackson U.S. Food and Drug Administration Office of Acquisitions and Grants Services 4041 Powder Mill Road, STE 400 Beltsville, MD 20705 Phone: 301-796-7376 Email: warren.jackson@fda.hhs.gov Contracting Officer�s Representative/Technical Point of Contact (TPOC) To be determine after award.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bc2af097f18e48798469e3e053427cce/view)
- Place of Performance
- Address: Cincinnati, OH 45237, USA
- Zip Code: 45237
- Country: USA
- Zip Code: 45237
- Record
- SN07176578-F 20240821/240819230122 (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 |