Washington Bids > Bid Detail

Rheometer

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159509781680606
Posted Date: Jul 18, 2023
Due Date: Aug 12, 2023
Solicitation No: RFQ-2023-78736
Source: https://sam.gov/opp/37672872fc...
Follow
Rheometer
Active
Contract Opportunity
Notice ID
RFQ-2023-78736
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
CENTERS FOR DISEASE CONTROL AND PREVENTION
Office
CDC OFFICE OF ACQUISITION SERVICES
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 18, 2023 09:38 am EDT
  • Original Date Offers Due: Aug 12, 2023 11:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 27, 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:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Spokane , WA
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued.



The solicitation number for this requirement is RFQ-2023-78736 and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures.



The Centers for Disease Control and Prevention intends to award a firm-fixed-price contract for the following requirement, please either fill in the dollar amounts or provide a separate excel spreadsheet containing the same information including a list of line-item number(s) and items, quantities, units of measure, and options, if applicable.



The contractor shall provide the following supplies:



CLIN 0001:



Quantity: 1 Rheometer Hardware



On or before: 09/30/2023



TOTAL PRICE:



Your quote shall include the following:




  • Total Price for CLIN 0001 in accordance with specifications below



CLIN 0002



Quantity: 1 Rheometer Software



On or before: 09/30/2023



TOTAL PRICE:



Your quote shall include the following:




  • Total Price for CLIN 0002 in accordance with specifications below



CLIN 0003



Quantity: 1 Installation



On or before: 09/30/2023



TOTAL PRICE:



Your quote shall include the following:




  • Total Price for CLIN 0003 in accordance with specifications below





CLIN 0004



Quantity: 1 Shipping



On or before: 09/30/2023



TOTAL PRICE:



Your quote shall include the following:




  • Total Price for CLIN 0004





Location



NIOSH Spokane Mining Research Division



315 E Montgomery Ave



Spokane, WA 99207





QUOTERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE QUOTES RECEIVED. Quoters should not assume they will be contacted, or afforded the opportunity to qualify, discuss, or revise their quotes. Therefore, the initial quote should contain the quoter's best terms from a technical and price standpoint. All quotes must include the full name, address, and DUNS number of the business to be named on the purchase order as well as the full name, phone number, and email address of the person who can accept the final purchase order. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular FAC 2023-04 Effective June 2, 2023.



Small business set aside under NAICS Code 334516, with a size standard of 1,000 employees. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the System for Award Management. To register apply via the Internet at http://www.sam.gov. For questions on registration contact Federal Service Desk at 866-606-8220.



All responses must be received via email no later than 11:00 A.M., Eastern Standard Time on August 01, 2023. Please send any questions and quotes to Spencer Kahn at QNT8@cdc.gov. Questions must be submitted by 11:00 A.M., Eastern Standard Time on July 25, 2023. Hard copies will not be accepted. The Offeror must cite the Solicitation Number in the email subject line. Evaluation and award of the purchase will be performed in accordance with applicable sections of FAR Part 12 Commercial Items and FAR Part FAR 13 Simplified Acquisition Procedures. The Offeror must have an active registration with the System for Account Management (SAM) prior to award of the purchase order in accordance with FAR Clause 52.204-7.





Award will be made to the lowest priced technically acceptable offer.



To be technically acceptable, the general specifications for the instrument are:





Preferred Motor: Electronically Commutated (EC) motor



Frame: High rigidity, vibration dampening



Bearings: Ball bearings (not air bearings)



Power: 100V-240 VAC, 60Hz



Interface: TCP/IP-Ethernet



Torque:



Min. torque 0.2 mNm



Max. torque 125 mNm (okay to exceed)



Rotational speed range:



.01 rpm to 2000 rpm



Angular velocity:



Min. angular velocity 0.01 min-1 or 0.001 rad/s



Max. angular speed 2000 min-1 or 209 rad/s (okay to exceed this value)



Frequency:



Min. frequency 0.01 Hz



Max. frequency 20 Hz



Normal force (measures normal force in both directions i.e. positive and negative):



Min. normal force 0.01 N



Max. normal force 50 N (okay to exceed this value)



Normal force resolution 0.001



Lift specifications:



Max. travel 230 mm



Min. lift speed 0.05 μm/s



Max. lift speed 20 mm/s



Approximate Dimensions:



W x D x H 500 mm x 400 mm x 700 mm



Approximate Weight: 57 kg



Measuring methods:



CS (Controlled Stress) rotation,



CR (Controlled Rate) rotation,



CS creep recovery tests,



CS oscillation,



CD (Controlled Deformation) oscillation, etc.



Features and functionalities:




  • Software can be operated directly from instrument or laptop computer

  • Color touchscreen for operation on the instrument

  • Quick connect features for changing geometries

  • Software contains pre-loaded standard operating procedures for common tests and includes work instructions

  • Intelligent user guidance to assist with selection of suitable jobs with indication of available measuring range



Included:




  • Software

  • Vaned rotor and cup

  • Initial setup and training



Attachments:




  1. Clauses


Attachments/Links
Contact Information
Contracting Office Address
  • 1600 CLIFTON ROAD
  • ATLANTA , GA 30333
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 18, 2023 09:38 am EDTCombined Synopsis/Solicitation (Original)

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 >