Federal Bid

Last Updated on 29 Aug 2014 at 8 AM
Sources Sought
Ora Indiana

Laboratory washer-disinfector systems

Solicitation ID FDA-14-1133944-SS
Posted Date 07 Aug 2014 at 4 PM
Archive Date 29 Aug 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Office Of Acquisitions And Grants Services - Rockville
Agency Department Of Health And Human Services
Location Ora Indiana United states
Notice to Small Businesses

The purpose of this notice is to obtain information regarding the availability and capability of qualified small business concerns. The Food and Drug Administration intends to provide maximum practicable opportunities in its acquisitions to small businesses.

The Food and Drug Administration (FDA) is conducting a market survey to assess the availability of small business firms as defined by NAICS code 334516 that has the capability to provide two laboratory washer-disinfector systems for cleaning and thermal disinfection of glassware and utensils. This notification is for market research purposes and does not constitute a commitment, implied or otherwise, that a procurement will be accomplished.

FDA welcomes responses from all interested parties. FDA does not intend to make a selection decision or award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted of FDA's use of such information. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the outcome of the FDA's review of the information received. Additionally, the FDA does not intend to hold discussions concerning this sources sought with any interested parties. However, FDA reserves the right to contact vendors if additional information is required.

Brand Name or Equal:

This is a BRAND NAME OR EQUAL acquisition; in accordance with FAR 52.211-6, to be considered for award, offers of equal products must meet the salient physical, functional, or performance characteristics provided in the statement of requirements. In order to be considered an "equal" solution, any alternative solution proposed must be able to perform in strict accordance with the salient operational and technical features described below.

Background

The Food and Drug Administration (FDA), San Francisco District Laboratory requires two laboratory washer-disinfector systems for cleaning and thermal disinfection of glassware and utensils. The system must include delivery, installation, set-up, and training. Each instrument shall include a one year manufactured warranty.

Specific Tasks and Deliverables:

The Laboratory Washer-Disinfector Systems shall "meet or exceed" the following salient characteristics/specifications:

• Unit must be no larger than 44"W x 73-3/4"H x 36"D.
• Unit must be able to process 8 US trays (20-1/2"Lx10-1/2"Wx3-1/2"H) or compatible size
• Unit has vertical sliding power operated doors
• Thermal disinfection parameters: exposure of materials to minimum of 194F (90C) moist heat for one minute, and up to 198F (92C) for fifteen minutes
• Must have STAT program to allow instrument cycle times of less than 30 minutes
• Must include a thermal disinfection process
• Dual action drying or equivalent process for effective, efficient drying
• A minimum of three chemical dosing pumps
• Drain discharge cool-down
• Vented exhaust to minimize water consumption
• Must be steam heated
• The system shall be delivered with all necessary supplies and accessories required for installation and start-up including standards for setting up the detector, standards for verifying equipment performance, tubing and fitting
• The equipment must be a newly manufactured u ni t , not used and refurbished or previously used for demonstration

Training:
The contractor must provide on-site training for analysts at the delivery location listed in Part 6 of
this request for quote. The training must include, but not limited to manual (paper or digital) of
the equipment and basic functions, operation, overview of the equipment, and the functionality of the equipment.

Technical /Support Services:
The contractor must provide one year manufacture warranty for all repairs, parts, labor, service, and travel for a 12 month (one year) period after complete delivery, installation, and training at no additional cost to the government. The manufacture warranty shall provide service and support
for the instrument to include but not limited to labor, parts, travel, on-site support, and telephone and on-line support service. The support services shall include, but not limited to trouble
shooting, equipment maintenance and repairs. The contractor shall provide a five (5) business day response time for all on-site service and repairs. All service reports shall be provided to the government point of contact within 5 business days of completion of the repair or service.

Delivery Timeframe

45 days after receipt of award

Delivery Location

Food and Drug Administration
San Francisco Laboratory, ORA
1431 Harbor Bay, Room 148
Alameda, CA 94502
POC: TBA

*Complete address and Point of contract shall be listed at the time of award.

Unless otherwise specified, deliveries shall be made to the Delivery Point specified above, Monday through Friday (excluding Federal Holidays, see (PART 8) between the hours of 8:30 a.m. and 4:30 p.m. in accordance of the delivery location time zone (Eastern Time, Central Time, or Pacific Time). Supplies or services scheduled for delivery on a Federal holiday shall be made the next business day. The Contractor shall provide the FDA with one (1) week's scheduling notice prior to setup of the laboratory instrument and component parts.

General Instructions

Contractors that believe they possess the ability to provide the required equipment must submit documentation of their ability to meet each of the characteristics listed above to the Contracting Officer (i.e. brochure, information on equipment that meets specifications, etc.) The capability statement must also include the organization name, type of business, DUNS number, point of contact name/telephone number/email address, and applicable NAICS code.

Capability statements that do not provide sufficient information for assessment will be considered non-responsive. When submitting the information, please reference the solicitation number FDA-14-1133944-SS.

Responses must be submitted via email to Tiffany Williamson at [email protected] by 12:00 pm on August 14, 2014.

Bid Protests Not Available

Similar Opportunities

Colorado 26 Jul 2025 at 4 AM (estimated)
Colorado 26 Jul 2025 at 4 AM (estimated)
San joaquin California 11 Jul 2025 at 4 AM
Columbus Ohio 15 Jul 2025 at 4 AM
Counce Tennessee 12 Aug 2210 at 5 AM (estimated)