South Dakota Bids > Bid Detail

Biological Safety Cabinets

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159012668518708
Posted Date: May 17, 2023
Due Date: May 31, 2023
Solicitation No: 36C26323Q0666
Source: https://sam.gov/opp/4a7467d8e1...
Follow
Biological Safety Cabinets
Active
Contract Opportunity
Notice ID
36C26323Q0666
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 23 (36C263)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: May 17, 2023 02:30 pm CDT
  • Original Published Date: May 17, 2023 01:08 pm CDT
  • Updated Date Offers Due: May 31, 2023 10:00 am CDT
  • Original Date Offers Due: May 31, 2023 10:00 am CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jun 15, 2023
  • Original Inactive Date: Jun 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 33712 - Household and Institutional Furniture Manufacturing
  • Place of Performance:
    Fort Meade , SD 57741
    USA
Description View Changes

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.



The solicitation number is 36C26323Q0666 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The associated North American Industrial Classification System (NAICS) code for this procurement is 337127 with a small business size standard of 500 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids.

The solicitation pricing, will end on:

2023-05-31 Central Standard Time. This time supersedes the Offers Due Time listed above.

FOB Destination:



Department of Veteran Affairs Black Hills



113 Comanche Road



Fort Meade, SD 57741

The following items, Brand Name or Equal, to the following:

Custom 4 Ft. Class II, Type A2 Biological Safety Cabinet



One each




  • Shall have Back Wall Cut for a Monitor or Camera

  • Shall have Stainless Steel Smooth Interior

  • Shall include (1 each) Motorized Base Stand, 4-feet (1.2m), 100V-115V, 60Hz, 15 Amp, NEMA 5-15P, Made in USA, Casters

  • Shall include (1 each) IV Bar with 6 hooks and 3 height locations for 4-feet (1.2m) Cabinet Width

  • Shall include (1 each) 10" (254 mm) Diameter VFC Exhaust Canopy with Exhaust Monitor (115V)

  • Shall include (1 each) Ergotron Workstation for Autolift Base Stand

  • Shall include (1 each) Flex Duct Kit (8 ft., 10" diameter) (2.5 m, 254 mm diameter)





Salient characteristics:




  1. Class II, Type A2 Biosafety Cabinet





One each



* Shall have Nominal Width: 3-feet (0.9m)



* Shall have FlowGard Electronic Control System




  • Shall have Single Digital Dual Thermistor Airflow Sensor

  • Shall have Ultra-high Efficiency 1/2 HP DC/ECM Motor

  • Shall have External LED Lighting

  • Shall have Removable Single Piece Stainless Steel, Dished Worksurface with Prop-up

  • Shall have Ergonomic PVC Armrest

  • Shall 10-inch (254 mm) Access Opening, Manual Adjustable, Tempered Glass

  • Shall have 115V, 60Hz, 15 Amp, NEMA 5-15P, Made in USA

  • Shall have Outlets, Qty 2 Duplex, NEMA 5-15R, 3 Amp Max, 115V

  • Shall have No UV Light, Field Retrofittable

  • Shall have 3-inch (76 mm) Supply, 12-inch (305 mm) Exhaust Metal Frame

  • Shall have Separatorless 99.99% @ 0.3 Micron HEPA Filters with Permanent Plenum

  • Must come with 5 Year Parts and Labor Warranty including HEPA filters (supply and exhaust, but excluding prefilters, if present)

  • Shall have Stainless Steel Smooth Interior, Outlets Front Fairing, Cord Pass

  • Shall have Through Right Sidewall

  • Shall have No UV Light, NON-Field Retrofittable

  • Shall include (1 each) IV Bar with 6 hooks and 3 height locations for 3-feet (0.9m) Cabinet Width

  • Shall include (1 each) Motorized Base Stand, 3-feet (0.9m), 100V-115V, 60Hz, 15 Amp, NEMA 5-15P, Made in USA, Casters

  • Shall include (1 each) Variable Flow Exhaust Transition w/ Flow Sensor [8" (203 mm) Collar]

  • Shall include (1 each) Flex Duct Kit (8 ft., 8" diameter) (2.5 m, 203 mm diameter)








  • Horizontal Laminar Airflow Workstation –

  • One each

    • Shall have Nominal Width: 5-feet (1.5m)

    • Shall have 115V, 60Hz, 15 Amp, NEMA 5-15P, Made in USA

    • Shall have AeroMax Electronic Control System

    • Shall have Filter Height: 30-inches (762 mm)

    • Shall have Style: Bench Top

    • Shall have 3-inch (76 mm) Supply Metal Frame Separatorless 99.99% @ 0.3 Micron HEPA Filters

    • Shall include QTY 2 Polyurethane Foam Pre-filter 10PPI

    • Shall have Stainless Steel Work Zone

    • Shall have LED Lighting

    • Shall have Stainless Steel Sidewalls with Cord Pass Through each Side Wall

    • Shall have V Bar with 6 Hooks, 3 Height Locations

    • Shall include 5 Year Parts and Labor Warranty (Filters Included)

    • Shall include (1 each) Duplex Outlet - GFI (Qty 1) (NEMA 5-15R) (115V) (Mounted under work surface, field install, dedicated power cord NEMA 5-15P)

    • Shall include (1 each) Motorized Base Stand, 5-feet (1.5m), 100V-115V, 60Hz, 15 Amp, NEMA 5-15P, Made in USA, Casters











***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions not received within 2 business days before the solicitation closes may not be considered. ***



The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal.



IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance

AW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is a pass fail requirement. Evaluation is based on a lowest price technically acceptable.

New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.



***Responses must reference 36C26323Q0666 and include the following:








      1. Name and address of the vendor

      2. Size and type of business

      3. Point of Contact with name, title, phone, fac and email

      4. EIU number:







ALL INFORMATION SUBMITTED IN RESPONSE TO THIS ANNOUNCEMENT MUST BE RECEIVED ON OR BEFORE THE CLOSING DATE OF May 31, 2023 at 10 AM Central Standard Time.


Attachments/Links
Contact Information
Contracting Office Address
  • 316 Robert Street N Suite 506
  • Saint Paul , MN 55101
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >