The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52, 31 May 2011.
The associated North American Industry Classification System (NAICS) Code is- Code is 334516, Analytical Laboratory Instrument Manufacturing; Small Business Size Standards is 500 in number of employees.
Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 9:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on June 24, 2011 to [email protected], Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, OC/OSS/OAGS, Attention of Sondea Blair, 3900 NCTR Road, Building 50, Room 432 Jefferson, AR 72079-9502.
PLEASE NOTE - The above contact information is for the Contracting Office and not necessarily the delivery address. The delivery address is indicated in the FOB Destination section below.
When appropriate, Respondents should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time.
For information regarding this solicitation, please contact Sondea Blair by e-mail at [email protected], phone (870) 543-7469, or fax (870)-543-7990.
Only new materials will be considered. Used and refurbished equipment is not acceptable.
Item 1
Biological Safety Cabinet, 6 Foot with Service Fixture for Air/Water and UV Light
Requirements:
-6' Nominal width, with Operating 8" sash height
-Class IIA rating, Type A2
-Free-standing (no exhaust ducting required)
-Airflow: Nominal velocity -- 105 fpm
-Downflow: Nominal velocity -- 55 fpm
-Exhaust Volume: 400 CFM
-UV light and service fixture
-Ergonomic design ensures that operators of all sizes maintain a healthy posture, with good visibility and range of motion
-Volts: 120 Amps: 16 Watts: 1840 Phase: 1 Freq: 60
Quantity: 2 Each
Unit Price: tiny_mce_marker_____________
NOTE: All price quotes should be inclusive of shipping and delivery costs.
Item 2
Adjustable Base Stand
Requirements:
-Must Fit 6'W Biological Safety Cabinet
-Adjustable 6' with 30" -36" working height
-30"-36" Working Height
-Locking Casters
-Steel frame
-Adjustable in 1' increments
-ADA compliant
Quantity: 2 Each
Unit Price: tiny_mce_marker_____________
NOTE: All price quotes should be inclusive of shipping and delivery costs.
Item 3
Biological Safety Cabinet, 4 Foot with Service Fixture for Air/Water and UV Light
Requirements:
-4' Nominal width, with operating 8" sash height
-Class IIA rating, Type A2
-Free-standing (no exhaust ducting required)
-Airflow: Nominal velocity -- 105 fpm
-Downflow: Nominal velocity -- 55 fpm
-Exhaust Volume: 269-296 CFM
-UV light and service fixture
-Ergonomic design ensures that operators of all sizes maintain a healthy posture, with good visibility and range of motion
-Volts: 120 Amps: 12 Watts: 1380 Phase: 1 Freq: 60
Quantity: 1 Each
Unit Price: tiny_mce_marker_____________
NOTE: All price quotes should be inclusive of shipping and delivery costs.
Item 4
Adjustable Base Stand
Requirements:
-Must Fit 4'W Biological Safety Cabinet
-Adjustable 4' with 30" -36" working height
-30"-36" Working Height
-Locking Casters
-Steel frame
-Adjustable in 1' increments
-ADA compliant
Quantity: 1 Each
Unit Price: tiny_mce_marker_____________
NOTE: All price quotes should be inclusive of shipping and delivery costs.
The government is not responsible for locating or securing any information, which is not identified in the response.
FOB Destination - US Food and Drug Administration
1401 Rockville Pike
Rockville, MD 20852
Contract Type - Commercial Item, Firm Fixed Price. Simplified procurement procedures will be utilized.
An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration.
CCR REQUIREMENT - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov.
The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation.
The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows:
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
1. Technical capability of the items offered to meet the Government's requirement.
2. Price.
The government will award the purchase order to the lowest price technically acceptable quote.
Technical acceptability will be determined by review of information submitted by the quoter who must provide sufficient descriptive literature that unequivocally demonstrates that offered products meet the technical requirements as stated herein.
The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror.
The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov.
The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None.
The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.232-33.
Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov.
A standard commercial warranty on parts and workmanship is required.
The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice.