Combine Solicitation – Microbial Air Sampler
| Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Microbial Air Sampler
Classification Code: 66 - Instruments & laboratory equipment
Solicitation Number:
Contact:
Setaside: N/AN/A
Place of Performance (address): 60 8th Street NEAtlanta, GA
Place of Performance (zipcode): 30309
Place of Performance Country: US
Description:
PART 1: COMBINED SYNOPSIS/SOLICITATION 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; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued in conjunction with FAR Part 13 Simplified Acquisition Procedures, as applicable.
The solicitation number is
The solicitation document and incorporated provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-76, dated
The associated North American Industry Classification System (NAICS) Code is - 334516 - Analytical Laboratory Instrument Manufacturing; Small Business size standard is 500 employees. This procurement is pursued as a full and open competition.
PART 2: SUPPLIES/SERVICES AND PRICES/COSTS
2.1 Supplies/Services
The
2.2 Pricing: See document attachment for pricing breakdown. PART 3: DESCRIPTION/STATEMENT OF WORK
Background:
3.1 Statement of Work
<p>3.1.1
The Contractor shall warranty all systems for parts and labor for a minimum of 12 months from date of Government's formal acceptance.
The Contractor shall provide in-side delivery, installation, and shall provide on-site training on the installed system. Installation: The vendor shall demonstrate upon installation that the item meets all performance specifications. The instrument shall not be accepted until those performance specifications have been met. The system shall be delivered with all necessary supplies and accessories required for installation and start-up. 3.2 Requirement
3.2.1 Equipment
The contractor shall provide, deliver, and install one (1) wall mountable Microbial Air Sampler - Monitoring System that meets the following salient characteristics:
* Capable of integration of the mass air flow sampler into one (1) Isotech Isophere ST Isolator * System and all components shall be capable of withstanding the Isolator's in-line vaporized hydrogen peroxide (VHP) sterilization cycles * Nominal Air Flow of at least 100 liters per minute; with an allowance of +/- 2.5% * Capable air sampling volumes ranging from one (1) liter to 2000 liters * Sampling head compatibility with agar plates that are 90 - 100 millimeters in diameter * Sampling head shall be removable and autoclavable * Sampling head shall be stainless steel, type 316L * Weigh no more than eight (8) kilograms * Footprint no larger than 17 x 29 x 24 (length/height/width) centimeters * Internal rechargeable battery and charging system compatible with 110-240 volt (V) Alternating Current (
3.2.1.2 Installation
The contractor shall install the equipment, and demonstrate that the equipment meets all of the manufacturer's performance specifications. The contractor shall execute the initial validation protocol to ensure proper calibration of the system. The equipment shall not be accepted until those performance specifications have been met.
3.2.1.3 Onsite Training
The contractor shall provide on-site training for the Microbial Air Sampler - Monitoring System for up to seven (7) participants. The training shall be no longer than four (4) hours in duration and shall cover all aspects of operation and general use of the Microbial Air Sampler - Monitoring System. The Specific date and time for the training will be coordinated with the COR within two (2) weeks after contract award.
3.3 Delivery 3.3.1 Delivery shall be during regular business hours,
4.1 Place of Performance
The contractor shall deliver one (1) of the above detailed
* FDA Atlanta (ATL-DO)
4.2 Period of Performance
Delivery and installation shall be no later than ninety (90) days after receipt of order (ARO).
Deliveries shall not be scheduled during Federal Holidays or Federal Closures as determined by Executive Orders or as identified on www.opm.gov.
PART 5. CONTRACT ADMINISTRATION
5.1 Contracting Officer Representative
The COR names will be provided at the time of award.
The supplies delivered hereunder shall be inspected and accepted by the Contracting Officer
The CORs are responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the Statement of Work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance
5.2 Contracting Officer
The Contracting Officer (CO) for this procurement is:
Name:
The CO is the only person with authority to act as an agent of the Government under this contract. Only the CO has the authority to:
(1) direct or negotiate any changes in the RFQ; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor any costs incurred during the performance of this contract; or (5) otherwise change any terms and conditions of this contract
5.3 Contracting Specialist
The Contracting Specialist for this procurement is:
Name:
5.4 Invoicing Instructions
FDA TWO-WAY-Matching Invoice Clause
A. The contractor shall submit all invoices to all addressees in the manner specified below:
(i) One (1) original and one (1) copy to the approving official:
U.S. Food and
*** Acceptable methods of delivery include: mail, hand delivery, and e-mail
(ii) One (1) copy to the contracting officer representative (COR) clearly marked "courtesy copy only": U.S. Food and
*** Acceptable methods of delivery include: mail, hand delivery, or e-mail
B. Invoices submitted under this contract must comply with the requirements set forth in far clauses 52.232-25 (prompt payment) and 52.232-33 (payment by electronic funds transfer - central contractor registration) and/or other applicable far clauses specified herein. To constitute a proper invoice, the invoice must be submitted on company letterhead and include each of the following:
(i) name and address of the contractor; (ii) invoice date and invoice number; (iii) purchase order/award number; (iv) description, quantity, unit of measure, unit price, and extended price supplies delivered or services performed, including: (a) period of performance for which costs are claimed; (b) itemized travel costs, including origin and destination; (c) any other supporting information necessary to clarify questionable expenditures; (v) shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on government bill of lading; (vi) terms of any discount for prompt payment offered; (vii) name and address of official to whom payment is to be sent (must be the same as that in the purchase order/award, or in a proper notice of assignment); (viii) name, title, and phone number of person to notify in event of defective invoice; (ix) taxpayer identification number (TIN); (x) electronic funds transfer (EFT) banking information, including routing transit number of the financial institution receiving payment and the number of the account into which funds are to be deposited; (xi) name and telephone number of the
C. An electronic invoice is acceptable if submitted in adobe acrobat (.pdf) format. All items listed in (i) through (xii) of this clause must be included in the electronic invoice. Electronic invoices must be on company letterhead and must contain no ink changes and be legible for printing. D. Questions regarding invoice payments should be directed to the
PART 6: CONTRACT PROVISIONS/CLAUSES
6.1 CONTRACT PROVISIONS
1.The provision of FAR 52.212-1 Instructions to Offerors - Commercial Items (
2. The provision of FAR 52.212-2 Evaluation-Commercial Items (
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
(i) technical capability of the item offered to meet the Government requirement; and (ii) price
Technical is significantly more important when compared to price.
Technical capability will be determined by review of information submitted by the offeror which shall provide sufficient technical information necessary for the Government to conclusively determine that the offered products and/or services meets the technical requirement identified above. It is highly recommended that offerors provide technical specifications, descriptive material, literature, brochures and other information which demonstrates the capabilities of the offeror.
The price proposed shall be detailed and represent the offeror's response to the schedule of supplies above. Understanding the possibility that only one vendor might respond with a quote, absent competitive pricing, offerors are encouraged to include a commercial price list with their quote.
The Government is not responsible for locating or securing any information, which is not identified in the proposal however the Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government. Include the firms DUNS number with quote.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
The government reserves the right to make an award without discussions.
3. The provision of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (
6.2 CONTRACT CLAUSES
CLAUSES INCORPORATED BY REFERENCE
FAR 52.252-2
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at www.acquisition.gov/far/index.html
The following clauses are incorporated by reference:
FAR 52.204-7 System for Award Management (
FAR CLAUSES INCORPORATED BY FULL TEXT
The following clauses are incorporated by full text:
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (
FAR 52.246-17 Warranty of Supplies of a Noncomplex Nature. (
(a) Definitions. As used in this clause- "Acceptance" means the act of an authorized representative of the Government by which the Government assumes for itself, or as an agent of another, ownership of existing supplies, or approves specific services as partial or complete performance of the contract. "Supplies" means the end items furnished by the Contractor and related services required under this contract. The word does not include "data." (b) Contractor's obligations. (1) Notwithstanding inspection and acceptance by the Government of supplies furnished under this contract, or any condition of this contract concerning the conclusiveness thereof, the Contractor warrants that for one (1) year after delivery - (i) All supplies furnished under this contract will be free from defects in material or workmanship and will conform with all requirements of this contract; and (ii) The preservation, packaging, packing, and marking, and the preparation for, and method of, shipment of such supplies will conform with the requirements of this contract. (2) When return, correction, or replacement is required, transportation charges and responsibility for the supplies while in transit shall be borne by the Contractor. However, the Contractor's liability for the transportation charges shall not exceed an amount equal to the cost of transportation by the usual commercial method of shipment between the place of delivery specified in this contract and the Contractor's plant, and return. (3) Any supplies or parts thereof, corrected or furnished in replacement under this clause, shall also be subject to the terms of this clause to the same extent as supplies initially delivered. The warranty, with respect to supplies or parts thereof, shall be equal in duration to that in paragraph (b)(1) of this clause and shall run from the date of delivery of the corrected or replaced supplies. (4) All implied warranties of merchantability and "fitness for a particular purpose" are excluded from any obligation contained in this contract. (c) Remedies available to the Government. (1) The Contracting Officer shall give written notice to the Contractor of any breach of warranties in paragraph (b)(1) of this clause within forty-five (45) days after discovery of the defect. (2) Within a reasonable time after the notice, the Contracting Officer may either- (i) Require, by written notice, the prompt correction or replacement of any supplies or parts thereof (including preservation, packaging, packing, and marking) that do not conform with the requirements of this contract within the meaning of paragraph (b)(1) of this clause; or (ii) Retain such supplies and reduce the contract price by an amount equitable under the circumstances. (3)(i) If the contract provides for inspection of supplies by sampling procedures, conformance of supplies or components subject to warranty action shall be determined by the applicable sampling procedures in the contract. The Contracting Officer- (A) May, for sampling purposes, group any supplies delivered under this contract; (B) Shall require the size of the sample to be that required by sampling procedures specified in the contract for the quantity of supplies on which warranty action is proposed; (C) May project warranty sampling results over supplies in the same shipment or other supplies contained in other shipments even though all of such supplies are not present at the point of reinspection; provided, that the supplies remaining are reasonably representative of the quantity on which warranty action is proposed; and (D) Need not use the same lot size as on original inspection or reconstitute the original inspection lots. (ii) Within a reasonable time after notice of any breach of the warranties specified in paragraph (b)(1) of this clause, the Contracting Officer may exercise one or more of the following options: (A) Require an equitable adjustment in the contract price for any group of supplies. (B) Screen the supplies grouped for warranty action under this clause at the Contractor's expense and return all nonconforming supplies to the Contractor for correction or replacement. (C) Require the Contractor to screen the supplies at locations designated by the Government within the contiguous
This contract incorporates one or more clauses by reference, noted in Title 48, Federal Acquisition Regulations System, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at: http://farsite.hill.af.mil/VFHHSARA.HTM.
HHSAR Clause Description Date 352.202-1 Definitions (
The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice.
It is the offeror's responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any).
Offerors that fail to complete the required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration.
All responsible sources may submit a quote, which if timely received, shall be considered. The quote shall reference solicitation number
For information regarding this solicitation, please contact
Link/URL: https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA-14-1135501/listing.html
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 6033 |



28 legislative contests on R.I. primary ballot
Amendment to Combined Synopsis/Solicitation – Rapid Microbiology Detection Systems
Advisor News
- Health insurance premium tax bill advancing
- The Medi-Cal money pit
- The untapped potential of Qualified Longevity Annuity Contracts
- NYC's fiscal outlook on downslide over budget gaps
- Health insurance premium tax bill moving in Iowa House
More Advisor NewsAnnuity News
- Lincoln Financial launches two new FIAs
- Great-West Life & Annuity Insurance Company trademark request filed
- The forces shaping life and annuities in 2026
- Variable annuity sales surge as market confidence remains high, Wink finds
- New Allianz Life Annuity Offers Added Flexibility in Income Benefits
More Annuity NewsHealth/Employee Benefits News
- Portsmouth disputes $1.57 million SchoolCare health insurance bill
- Study Findings on Managed Care Are Outlined in Reports from First Medical Center (Economic burden of gastrointestinal malignancy among Medicare beneficiaries: A real-world cost-of-illness study): Managed Care
- Findings on Managed Care Reported by Researchers at University of Pennsylvania (Rising Home Care and Falling Wages: The Impact of the Growing Share of Home Care Workers on Direct Care Worker Wages): Managed Care
- Pennsylvania holds special Medicare enrollment period due to LVHN and United contract dispute
- Pennsylvania holds special Medicare enrollment period because of LVHN and UHC contract dispute
More Health/Employee Benefits NewsLife Insurance News
- Ethics and IUL: Tax-advantaged strategies for client success
- SWBC’s Joan Cleveland Appointed to the Texas Life and Health Insurance Guaranty Association Board of Directors
- Indexed life sales hit big despite lawsuits, market headwinds, Wink finds
- Are the biggest life insurance opportunities hiding during tax season?
- Hulse, Murray
More Life Insurance News