|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1996 PSA#1662NIH, OPM, Acquisitions Branch B, EPS, RM 836, Rockville, Maryland
20892-7260 66 -- FURNISH, INSTALL, AND DEMONSTRATE TWELVE (12) UPRIGHT ULTRA LOW
FREEZERS SOL 263-96-B(BK)-0033 DUE 091296 POC Pamela L. Beverly,
Contracting Officer, AB-B, 6120 Executive Boulevard, Rm. 836,
Rockville, MD 20892-7260 (301) 402-3084. 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; bids are being requested and a written solicitation
will not be issued. The solicitation number is 263-96-B(BK)-0033 and is
issued as an Invitation for Bid (IFB). The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 90-39. The Standard Industrial Classification
(SIC) Code is 3821. The NIH, NINDS has a requirement for twelve (12)
freezers, upright, ultralow to be furnished as manufactured by Sanyo
Scientific or equal in accordance with the salient
characteristics/specifications as specified herein to be delivered
F.O.B. Destination to the NINDS in Bethesda, Maryland. Within 90 days
after contract award. Contract Line Item 1 - Freezers, Upright,
Ultralow: Shall be catalog number MDF - U6086SC as manufactured by
Sanyo Scientific, 900 N. Arlington Heights Rd., Ste.310, Itasca, IL. or
equal meeting the salient characteristics/specifications herein. The
salient characteristics for Item 1 are as follows: 1. Shall be Upright
configuration with manual defrost. 2. Shall be 20.5 cubic ft. 3. Shall
have exterior dimensions of approximately 39.0 in. W x 34.5 in. D x
79.3 in. H. 4. Shall have interior dimensions of approximately 29.1 in.
W x 23.6 D x 51.6 in. H. 5. Shall have an inner capacity of 440
standard 2 inch boxes/280 standard 3 inch boxes. 6. Shall have an
operating temperature range from -20 to -86 degrees centigrade. 7.
Shall have cascade refrigeration system using (2) SANYO manufactured
hermetic compressors or equal ( 1.5Hp high stage/1.5Hp low stage). 8.
Shall have SANYO/ICI developed & manufactured or equal refrigerants
(ASHRAE recognized). 9. All refrigerants shall be
CFC-FREE/non-flammable/non-toxic. 10. Shall have a two-stage system
which shall utilize a cascade condenser, that shall function as an
evaporator in the high stage and a condenser in the low stage. 11.
Shall include a built-in voltage protector. 12. Shall be equipped with
an alarm and safety system which shall consist of an audible/visible
temperature & power failure alarms with rechargeable NiCad battery
back-up, test key to verify alarm function, dry remote alarm contracts,
self-diagnostic function, and a cleanable/reusable air filter. 13.
Shall be equipped with touch pad controls with digital LED display,
panel mounted touch pad controls, keypad locking function, filter check
light, adjustable high/low temperature alarm setting of plus/minus five
(5) degrees centigrade to plus/minus twenty (20) degrees centigrade
from setpoint, and shall consist of an auto-return function which shall
allow return to current temperature display if a keystroke is not
performed within ninety (90) seconds. 14. Shall have a five (5) inch
thick foamed-in place CFC-FREE polyurethane insulation around the
chamber. 15. Shall have baked-on acrylic galvanized steel
interior/exterior & outer door. 16. Shall have two (2) compression
gaskets around outer door (one magnetic). 17. Shall have coved corners
on the inner walls for efficient refrigeration flow and temperature
uniformity. 18. Shall have heated mullion ''hot strip'' around the door
frame which shall minimize frost build-up. 19. Shall have one (1)
magnetic sealing outer door with one (1) stainless steel latch. 20.
Shall have two (2) fully insulated & gasketted inner doors with
latches. 21. Shall have three (3) adjustable stainless steel shelves.
22. Shall have four (4) low profile casters with two (2) adjustable
leveling feet to prevent sliding. 23. Shall have access port for
additional measurement/recording equipment. 24. Shall have
cleanable/reusable air filter. 25. Shall be 208-230V/single phase/60Hz
with a 15A plug. 26. Shall include at no additional cost to the
Government, a one (1) year warranty on all parts and labor and shall
also include at no additional cost, an additional extended four (4)
year warranty on all compressors (parts only). 27. The contractor shall
provide inside delivery, perform all necessary uncrating, and set-up
each freezer, ready for use, and shall furnish a qualified individual
(knowledge of freezer use & operation) to demonstrate to the users the
operation of each freezer on-site. FAR provision 52.212-1,
Instructions to Offerors- Commercial applies to this acquisition.
Bidders are advised that a completed copy of the provision FAR
52.212-3, Offeror Representations and Certifications - Commercial Items
is required to be submitted as part of the bid. The clause at FAR
52.212-4, Contract Terms and Conditions - Commercial Items applies to
this acquisition. The clause at 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders - Commercial Items
applies to this acquisition, and the following clauses listed under
paragraph B apply; 52.203-6 with Alternate I, 52.203-10, 52.219-8,
52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, and 52.225-18.
The following additional clauses apply to this acquisition: 52.223-11,
52.223-12, 52.242-13, and 52.246-17. FAR Provision 52.212-2,
Evaluation - Commercial Items applies to this acquisition in addition
to the following. Descriptive literature must be furnished as part of
the bid. The literature furnished must be identified to show the item
in the solicitation to which it pertains. The descriptive literature is
required to establish, for the purposes of bid evaluation and award,
details of the product the bidder proposes to furnish as to materials,
components, performance characteristics, etc. Failure of descriptive
literature to show that the product offered conforms to the salient
characteristics/specifications and other requirements of this
Solicitation will require rejection of this bid. Failure to furnish the
descriptive literature by the date/time specified in the Solicitation
will require rejection of the bid. Award will be made in the aggregate
to the lowest responsive, responsible bidder meeting all of the
salient characteristics/specifications specified herein. All
responsible sources may submit a bid which shall be considered by the
agency to the NIH, Office of Procurement Mgmt., 6120 Executive Blvd.,
Room 836, Rockville, Maryland 20892-7260, Attn: Pamela L. Beverly. Bids
are due by 10:00am, Eastern time on September 12, 1996. (0229) Loren Data Corp. http://www.ld.com (SYN# 0243 19960819\66-0002.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|