Vibration Free CleanBench Table
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement ... This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NICHD-22-212 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2022-06. The North American Industry Classification (NAICS) Code is 334519 and the business size standard is 500e. However, this solicitation is a set aside for a total small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) have a requirement for a vendor capable of providing the following new Vibration free tables, components (and services) from Technical Manufacturing Corporation (TMC): 63-7590E CleanBench, 1/4-20 tapped holes, 29.5x35.4, Gimbal Piston * CleanBench top, 2" thick, 1/4-20 tapped holes @ 1"" o.c. array * Gimbal Piston, pneumatic vibration isolation system * Vertical natural freq 1-1.9Hz depending on input * Horizontal natural freq 1.2-2.2Hz depending on input * Isolation efficiency up to 85% @ 5 Hz/95% @ 10 Hz -*Ferromagnetic top surface with +/- 0.005"" flatness * Thin wall, rolling diaphragm * Height control valves * Leveling feet with domed base * Net load capacity 600 lb (272 kg), depending on Cg * Highly damped, high stiffness leg frame * Kneewell opening on long side * Shipping weight approx 550 lbs (250kg) * Setup video instructions - Quantity (2) EA 63-6090E CleanBench, 1/4-20 tapped holes, 23.6x35.4, Gimbal Piston * CleanBench top, 2" thick, 1/4-20 tapped holes @ 1"" o.c. array * Gimbal Piston, pneumatic vibration isolation system * Vertical natural freq 1-1.9Hz depending on input * Horizontal natural freq 1.2-2.2Hz depending on input * Isolation efficiency up to 85% @ 5 Hz/95% @ 10 Hz * Ferromagnetic top surface with +/- 0.005"" flatness * Thin wall, rolling diaphragm * Height control valves * Leveling feet with domed base * Net load capacity 600 lb (272 kg), depending on Cg * Highly damped, high stiffness leg frame * Kneewell opening on long side * Shipping weight approx 550 lbs (250kg) * Setup video instructions – Quantity (2) EA 81-301-90 Front Support Bar for 900mm CleanBench – Quantity (4) EA 81-302-90 Rear Support Bar for 900mm CleanBench – Quantity (4) EA 81-311-01 SLIDING SHELF 6X25 (63-500) – Quantity (4) EA 81-311-02 SLIDING SHELF 6X30 (63-500) – Quantity (4) EA 83-014-01 CASTER ASSY. KIT, Cleanbench – Quantity (4) EA 90-6090 OPTIONAL-OnTrak Skid for 63-6090 * OnTrak Roll Off Skid * Requires Casters – Quantity (2) EA 90-7590 OPTIONAL-OnTrak Skid for 63-7575 & 63-7590 * OnTrak Roll Off Skid * Requires Casters – Quantity (2) EA Note Services required: TMC Personnel on site for up to one day to set up the tables including leveling the tables, attaching the accessories, and floating the top if the compressed air supply is available. * TMC Personnel to conduct vibration measurements on the table and lab floor at one location. * The tables must be purchased with RETRACTABLE CASTERS and ONTRAK features for this service to be valid. – Quantity (1) EA NOTE: Normal dock delivery is required, a must. Vibration free tables by TMC feature unique new table-top design (patent pending) with steel honeycomb tops and ultra-stiff, damped, layered platform design. They provide superb stability, especially for small size tables. The low-profile, high-density tops lower the overall floating center-of-mass ensuring inherently stability, even for relatively top-heavy payloads. The tables come with guided thread lead-ins to align screws with tapped holes and feature ergonomics optimized for the seated user by minimizing the thickness of the tabletop. The Lab already has two tables by TMC, which have been successfully used without any issues. This procurement is for the replacement of the existing tables to improve the stability. TMC tables are industry-standard especially in life science research. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications – Commercial Items with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors – Commercial Items; FAR Clause 52.212-2, Evaluation – Commercial Items -Evaluation Procedures: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, based on lowest price/technically acceptable. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. Non-conformance with this requirement may result in the offeror's quote being determined unacceptable. FAR Clause 52.225-1 Buy American-Supplies; FAR Clause 52.212-4, Contract Terms and Conditions – Commercial Items; and FAR 52.212-5 (August 2020), Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items – Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Unique Entity ID (UEI) the Taxpayer Identification Number (TIN), and the certification of business size. The contractor/offeror must provide a completed copy of FAR 52.204-24, "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment" with their quote in response to this solicitation. The contractor/offeror must provide a completed copy of attached FAR 52.225.2, Buy American Certificate. The clauses are available in full text at https://www.acquisition.gov/Far/. Interested vendors capable of furnishing the government with the products/items and services specified in this synopsis should submit a copy of their quotation/offer to the following email address: robinsti@mail.nih.gov by the due date and time below. Attn: Tina Robinson. Offers must also be accompanied by descriptive literature, warranties and/or other information that demonstrates that the offer meets all the foregoing requirements. Offeror must include the delivery date/timeframe with offer. Offeror must be an authorized reseller and must provide documentation confirming authorization and certified capability from the original equipment manufacturer, Technical Manufacturing Corporation/) to resell/distribute/provide all items/components etc. and services identified in this notice. Responses to this notice without this confirmation from the manufacturer may be considered as an invalid response/submission. Note: Delivery address @ NIH main campus - 9000 Rockville Pike, Bethesda, MD 20892. Quotations will be due on August 8, 2022, before 10:00am EST. The quotation must reference “Solicitation number” NICHD-22-212 and “Solicitation number” NICHD-22-212” must be on/in subject line of email. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Any questions must be sent via email to robinsti@mail.nih.gov and must include Solicitation# NICHD-22-212 in the subject line of email. Note: In order to receive an award, contractor must be registered as all awards and have valid certification in the System for Award Management (SAM) @ www.Sam.gov. Lack of valid registration in SAM will make an offeror ineligible for award.
Data sourced from SAM.gov.
View Official Posting »